Loading...
HomeMy WebLinkAboutAuburn Valley Towing A ~ CITY OF AUBURN AGREEMENT FOR TOW CALL ROTATION LIST ~ THIS AGREEMENT made and entered into on this o~ `J day of All &e VS 7 , 20 10 , by and between the City of Auburn, a municipal corporation of the State of Washington, hereinafter referred to as "City" andV(,(.E!~ IQQIp , hereinafter referred to as the "Contractor." Vt^80<<, p7'N c. dba Au8ueo WITNESSETH. . WHEREAS, the City is seeking vehicles towing services operating within Auburn for a rotation list to be called when a police officer comes across the situation where a citizen's vehicle must be towed or moved; and WHEREAS, the City has selected the Contractor to perform such services pursuant to certa.in terms and conditions; and WHEREAS, the Contractor is qualified and able to provide such services and is willing and agreeable to provide such services upon the terms and conditions herein contained; and WHEREAS, as part of the consideration of being selected to provide such services, the City is asking that the Contractor agree to provide towing services upon the terms and conditions herein contained when summoned by the City's Police Department on behalf of or at the direction of the owner or operator of a vehicle, or is such other circumstances when vehicles need to be moved in connection with a police response or accident; and WHEREAS, as further part of the consideration of being selected to provide such services, the City is asking that the Contractor agree to assist law enforcement in the City and in the surrounding area by determining whether an abandoned or impounded vehicle is stolen prior to towing that vehicle, so that law enforcement can be alerted to stolen vehicles as quickly as possible; and WHEREAS, the Contractor is a registered tow truck operator (RTTO) per Chapter 46.55 of the Revised Code of Washington (RCV) and is willing and able to provide the services described herein. . NOW, THEREFORE, based on the mutual benefits provided herein, and consideration of placement on the City of Auburn Police Tow Rota.tion List, the parties hereto agree as follows: 1. Time for Performance and Term of Agreement. The Term of this Agreement shall commence on the date hereof and run for a period of one year; provided, this Agreement shall automatically renew for subsequent one-year periods upon the anniversary of the date of execution unless one party provides the other with written notice of its intent not to renew at least thirty days prior to said anniversary date. Page 1 of 17 , 2. Administration of Aaxxeement. ~ This Agreement sha11 be administered by ~ , on behalf of the Contractor, and shall be administered out of the Contra.ctor's billing office located within the City of Auburn, Washi.ngton, and by ISc~~ Kav-v~oJ~-;s~ , on behalf of the City. 3. Scope of Services. The Contractor agrees to perform in a good and professional manner the tasks described on Exhibit "A" atta.ched hereto and incorporated herein by this reference, which shall be individually referred to as a"task," and collectively referred to as the "services." The Contractor shall perform the services as an independent contractor and shall not be deemed, by virtue of this Agreement and the performance thereof, to have entered into any partnership, j oint venture, employment or other relationship with the City. 4. Additional Services. From time to time hereafter, the parties hereto may agree to the performance by the Contra.ctor of additional services with respect to related work or projects. Any such agreement(s) sha11 be set forth in writing and shall be executed by the respective parties prior to the Contractor's performance of the services there under, except as may be provided to the contrary in Section 3 of this Agreement. Upon proper completion and execution of an addendum (agreement for additional services), such addendum shall be incorporated into this Agreement and shall have the same force and effect as if the terms of such addendum were a part of this Agreement as originally executed. The performance of services pursuant to an addendum sha11 be subject to the terms and conditions of this Agreement except where the addendum provides to the contrary, in which case the terms and conditions of any such addendum shall control. In all other respects, any addendum shall supplement and be construed in accordance with the terms and conditions of this Agreement. 5. This Contract Not Exclusive. The Contractor agrees that the City may at its sole option enter contracts with one or more other tow companies for the services contemplated and described in this Agreement. 6. Contractor's Representations. The Contractor hereby represents and warrants that the Contractor has all necessary licenses and certifications to perform the services provided for herein, and is qualified to perform such services. 7. Acceptable Standards. The Contractor shall be responsible to provide, in connection with the services contemplated in this Agreement, Work Product and services of a quality and professional standard acceptable to the City. 8. Compensation. The Contractor shall charge and be compensated by the person(s), company(ies) or entity(ies) responsible for such charges at the rates specified on Exhibit "B" attached hereto and made a part hereof, as follows: Page 2 of 17 a. The City sha11 compensate the Contractor at the rates specified on said Exhibit "B" for any City vehicles towed or stored upon request of authorized City personnel. The Contractor shall submit to the City an invoice or statement of time spent on those tasks or services set forth in Exhibit "A" for which the Contractor seeks payment. The City sha11 process the invoice or sta.tement in the next billing/claim cycle following receipt of the invoice or sta.tement, and shall remit payment to the Contra.ctor thereafter in the normal course, subj ect to any conditions or provisions in this Agreement. b. Unless agreed to in writing prior to the tow of a vehicle, the City shall not be responsible for towing, storage, or impound fees for any vehicle not owned or opera.ted by the City, including non-impound vehicles towed or stored upon request of the City's Police Department and impounded vehicles; provided, for vehicles impounded for evidentiary purposes, the City sha11 pay such towing, storage, or impound fees that accrue from the time of impound until the City of Auburn Police Department releases its hold on such vehicles; and further provided, should a court of competent jurisdiction rule that an impound was improper, the City sha11 compensate the Contractor for such towing, storage, or impound in an amount found by sa.id court. c. For any tow, storage, or impound fee not paid by the City, the Contractor may seek compensation from the owner of said vehicle at the rates specified on Exhibit "B," and may take such other steps as may be authorized by law to obtain compensation. d. The requirements hereof are supplemental and in addition to any requirements imposed on tow truck opera.tors by federal, state and/or local law, including, but not limited to the provisions of Chapter 46.55 of the Revised Code of Washington ( RCW), Towing and Impoundment. 9. Work Performed at Contractor's Risk. The Contractor shall take all precautions necessary for, and shall be responsible for, the safety of its employees, agents, and subcontractors in the performance of the work hereunder and shall utilize all protection necessary for that purpose. -All work shall be done at the Contra.ctor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. 10. Stolen Vehicle Check. Prior to towing any impounded or abandoned vehicles from its existing location to the Contractor's Storage Lot or any other destination, the Contractor shall check the vehicle's identification numbers ("VIN") against the Washington Sta.te Crime Information Center ("WSCIM and the National Crime Information Center ("NCIC") stolen car databases, regardless of whether such tow is undertaken pursuant to this agreement or is undertaken for any other customer either within or outside of the City of Auburn. Should the VIN of any such vehicle appear in either the WSCIC or NCIC database as stolen, the Contractor shall notify the Auburn Police Department and/or any other law enforcement agency with jurisdiction over the vehicle's location or responsibility over the impou,nd prior to towing the vehicle. Page 3 of 17 11. Records Inspection and Audit. All compensation payments sha11 be subject to the adjustments for any amounts found upon audit or otherwise to have been improperly invoiced, and all records and books of accounts pertaining to any work performed under this Agreement shall be subject to inspection and audit by the City for a period of up to three (3) years from the final payment for work performed under this Agreement. 12. Continuation of Performance. In the event that any dispute or conflict arises between the parties while this Contract is in effect, the Contractor agrees that, notwithstanding such dispute or conflict, the Contractor shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 13. Notices. All notices or communications permitted or required to be given under this Agreement shall be in writing and sha11 be served either in person or by certified mail, return receipt requested, at the following addresses: City of Auburn Contractor Auburn City Hall 25 West Main A - Auburn, WA 98001-4998 Auburn, WA (253) 931-3000 FAX (253) 931-3053 c25 ,9- All such notices or communications shall be effective upon the date of receipt. 14. Insurance. The Contractor sha11 procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or daznage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, or employees. a. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: (1) Automobile Liabilitv insurance covering all owned, non-owned, hired, and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy sha11 be endorsed to provide contractual liability coverage. (2) Commercial General Liabilitv insurance sha11 be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, opera.tions, independent contractors, products-completed operations, stop gap liability, and personal injury and advertising injury and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to Page 4 of 17 , provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. T'here shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse, or underground property damage. The City sha11 be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured Endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. (3) Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. b. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: (1) Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence, $2,000,000 aggregate. (2) Commercial General Liabilitv insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products-completed operations aggregate limit. c. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: (1) The Contractor's insurance coverage shall be primary insurance as respects the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City sha11 be in excess of the Contractor's insurance and shall not contribute with it. (2) The Contractor's insurance sha11 be endorsed to state that coverage sha11 not be cancelled by either party except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. d. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less tha.n A:VII. e. Verification of Coverage. The Contractor shall furnish the City with documentation of insurer's A.M. Best ra.ting and with original certificates and a copy of amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Page 5 of 17 f. Subcontractors. The Contractor sha11 include all subcontractors as insureds under its policies or shall furnish separa.te certificates and endorsements for each subcontractors. All coverages for subcontractors shall be subject to a11 of the same insurance requirements as stated herein for the Contractor. g. No Limitation. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. 15. Indemnification. The Contractor sha11 indemnify defend and hold harmless the City and its officers, officials, agents and employees, or any of them from any and all claims, actions, suits, liability, loss, costs, expenses, and damages of any nature whatsoever, by any reason of or arising out of the act or omission of the Contractor, its officers, agents, employees, or any of them relating to or arising out of the performance of this Agreement. If a final judgment is rendered against the City, its officers, agents, employees and/or any of them, or jointly against the City and the Contractor and their respective officers, agents and employees, or any of them, the Contractor sha11 satisfy the same to the extent that such judgment was due to the Contractor's negligent acts or omissions. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder sha11 be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termina.tion of this Agreement. 16. Assignment. Neither party to this Agreement shall assign any right or obligation hereunder in whole or in part, without the prior written consent of the other party hereto. No assignment or transfer of any interest under this Agreement sha11 be deemed to release the assignor from any liability or obligation under this Agreement, or to cause any such liability or obligation to be reduced to a secondary liability or obligation. 17. Amendment, Modification or Waiver. No amendment, modification or waiver of any condition, provision or term of this Agreement shall be valid or of any effect unless made in writing, signed by the party or parties to be bound, or such party's or parties' duly authorized representative(s) and specifying with particularity the nature and extent of such amendment, modification or waiver. Any waiver by any party of any default of the other party shall not effect or Page6of17 . impair any right arising from any subsequent default. Nothing herein shall limit the remedies or rights of the parties hereto under and pursuant to this Agreement. 18. Termination and Suspension. Either party may terminate this Agreement upon written notice to the other party if the other party fails substantially to perform in accordance with the terms of this Agreement through no fault of the party terminating the Agreement. The City may terminate this Agreement upon not less than seven (7) days written notice to the Contractor if the services provided for herein aze no longer needed from the Contra.ctor. The City may also termina.te this Agreement immediately if the Contractor breaches this Agreement or fails to comply with any of its terms or provisions. If this Agreement is terminated through no fault of the Contractor, the Contractor sha11 be compensated for services performed prior to termina.tion in accordance with the ra.te of compensation provided in Exhibit "B" hereof. 19. Parties in Interest. This Agreement sha11 be binding upon, and the benefits and obligations provided for herein sha11 inure to and bind, the parties hereto and their respective successors and assigns, provided that this section shall not be deemed to permit any transfer or assignment otherwise prohibited by this Agreement. This Agreement is for the exclusive benefit of the parties hereto and it does not create a contractual relationship with or exist for the benefit of any third party, including contractors, sub-contractors and their sureties. 20. Costs to Prevailing Partv. In the event of litigation or other legal action to enforce any rights,.responsibilities or obligations under this Agreement, the prevailing parties sha11 be entitled to receive its reasonable costs and attorney's fees. 21. Applicable Law. This Agreement and the rights of the parties hereunder sha11 be governed by and interpreted in accordance with the laws of the State of Washington and venue for any action hereunder sha11 be in King County, Washington; provided, however, that it is agreed and understood that any applicable statute of limitation shall commence no later than the substantial completion by the Contractor of the services. 22. Captions, Headings and Titles. All captions, headings or titles in the paragraphs or sections of this Agreement aze inserted for convenience of reference only and shall not constitute a part of this Agreement or act as a limitation of the scope of the particular pazagraph or sections to which they apply. As used herein, where appropriate, the singular shall include the plural and vice versa and masculine, feminine and neuter expressions sha11 be interchangeable. Interpretation or construction of this Agreement sha11 not be affected by any determination as to who is the drafter of this Agreement, this Agreement having been drafted by mutual agreement of the parties. 23. Severable Provisions. Page7of17 i . Each provision of this Agreement is intended to be severable. If any provision hereof is illegal or invalid for any reason whatsoever, such illegaliTy or invalidity shall not affect the validity of the remainder of this Agreement. 24. Entire Agreement. This Agreement contains the entire understanding of the parties hereto in respect to the transactions contemplated hereby and supersedes a11 prior agreements and understandings between the parties with respect to such subject matter. 25. Counterparts. This Agreement may be executed in multiple counterparts, each of which sha11 be one and the same Agreement and sha11 become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. IN WITNESS WHEREOF, the parties hereto ha.ve caused this Agreement to be executed effective the da.y and yeaz first set forth above. CITY F A v CONTRACTOR Peter B. Lewis, Mayor B• < < ~ - Attest: D' lle E. Daskam City Clerk Appr as to form: beliel B. Hei , ity Atto ey Page8of17 EXHYBIT A SERVICES & SCOPE OF WORK Scope of Services. 1. - The Contractor shall tow, store, pmtect, and release or otherwise dispose of: a. Vehicles ordered impounded.by the Police Department. b. Vehicles otherwise ordered to be towed by the City's Police Department. c. Vehicles requested to betowed by the City's Police Department on behalf of a vehicle's owner and/or' operator, who has no : tow company preference. The next , available contractor will be selected fiom a. towing rotation list of City=licensed tow companies that have entered into a City of Auburn Agreement for Tow Call Rotation List. d. Any City vehicles requiring towing services upon request of authorized' City personnel. _ - 2. The Contractor shall provide such ancillary services:as set forth herein, as directed by the City, including; but not limited to the following: ~ a Compliance with 91 applicable business and business licensing requirements of the City, State or otfier_governmental body with jurisdiction over activities of the Contractor and Contractor's business(es); and ~ b. Prompt/timely payment of all assessments, costs, fees and taxes due in connection with Contractor's business(es). 3. . The Contractor sha11 have the following equipment on ,hand for use in performing the contract: a. Sufficient Vehicles. . Contra.ctor shall have a sufficient number of tow trucks of ~ adequate size and capacity; together- with operating personnel, to respond to requests for services within the times specified herein, includirig the following: < (i) Class A and Class E Tow Trucks: By ownership, lease, purchase contract, the Conira.ctor shall haye . at least one (1) C1ass A tow truck and one (1) Class E tow truck with drivers on ca11 at all times. (ii) Class "B" Tow. Truck. By owneiship; ; lease , purchase contract, the . Contractor shall at all times have. available the use ,of a heavy-duty tow truck as defined by-WAC 204-91A=170 relafiing,to Class "B" tow trucks as now enacted or hereafter amended, together with a driver skilled and hcensed in its operation. _ (iii) Class "C" Tow Truck. By ownership, lease, purchase contract, or temporary iise agreement; the Contractor shall at all times,have available the use of a heavy-duty tow truck as'. defined by : WAC 204-91A-170 Page 9 of1T. relating to Cla.ss "C" tow,trucks as now enacted or hereafter amended, together with a driver skilled and licensed in its operation. b. Tow Trucks must be approved and certified by the Washington State Patrol "as set forth in WAC 204-91A-050 and170 and vehicles must reflect the appropriate signage per WAC 308-61-115; and must comply with any other applicable law, statute, or rule as now enacted or hereafter amended. c. Telephone. The Contactor shall have telephone equipment and service in proper working order at its dispatch facility twenty-four (24) hours per day for sending and receiving calls. d. Facsimile. The Contractor shall have facsimile equipment and service in proper working order, at its dispatch facility twenty-four (24) hours per_ da.y for. sending and receiving facsimiles. e. Two-Way Gommunication. The Contractor shall have two-way communication, including the following:. : . (i) Radio. The Contractor shall provide two-way radio communications equipment' and service in proper working order: befween its dispatch facility and each tow truck used to impound vehicles pursuant . to this Agreement, and/or (ii) Cellular Phone. The Contractor shall provide two-way celiular communication equipment and service in proper working condition to its dispatch facility and,to each tow truck used to impound vehicles pursuant to this Agreement. 4: Facilities. The Contractor shall have the following facilities available for use in perforrning the contract: a. Dispatch Facility. The Contractor shall provide a staffed dispatch facility twenty- four (24) hours per day seven (7) days per week, wluch sliall be capable of:receiving City requests for vehicle impound, towing, or redemption; verifying vehicle impounds and: vehicle impound information; and dispatching personnel and equipment;to the site of a_ requested impound or tow. From 8:00 a.m. to 5:00 p.m., excluding weekends and holidays, the Contractor sha11 maintain an in-house dispatcher. From 5;00 p.m. to 8:00 a.m. the Contractor may utilize a hired dispatch service. b. Offices and: Storage Lot. The Contractor sha11, at a11 times, maintain its billing offices and a storage lot within the ~ corporate limits of 'the City _ of : Auburn, and sha11 ; provide its - local. storage lot complying with all applica.ble laws, statutes, rules, and - regulations; including zoning regulations, and no more than one-half mile walking distance from a bus route. c. Delivery. Except as otherwise directed by :the City, or its authorized representative, vehicles impounded pursuant to this Agreement' shall be towed directly to Page 10 of 17 the local stora.ge lot. Privately-owned non-impound vehicles shall be towed to the location specified by the registered owner or other person responsible for the vehicle, or to the nearest storage lot if no other location is specified. - d. PhysicaT Conditions and Security. The Contractor's storage lot will be kept surfaced, graded, drained, lighted, in accordance -with City codes, and free of obstacles and hazards at a11 times, so that persons. redeeming vehicles have safe ' and convenient access to the vehicles. The Contractor shall provide adequate security at its storage 'lot to prevent loss or damage to vehicles or their contents. All such lots shall be screened and fenced in accordance with state law and city ordinances, gates sha11 be securely locked at all times when an attendant is not on - duty on the premises, and a11 vehicles shall be locked, if possible. The Contractor shall also comply to the extent reasonably possible with other or specific requests for security measures by the Police Department. e. Sheltered Space. The Contractor shall provide. adequate shelter at its stora.ge lot . for motorcycles, open convertibles, or other vehicles open and exposed to the elements, and will store such vehicles under the shelter when reasonable or necessary to protect such vehicles. f. Approval Required. The storage lot will be subj ect , to the initial and continuing approval of the Cluef of Police or designee, with respect to meeting the requirements of this Agreement. 5. Personnel. The qualifications for the Contractor's personnel employed in performing this Agreement shall be as follows: a. Skill "and Supervision. ' The Contractor sha11 employ only persons competent and skilled in the performance of the work assigned to them and sha11 provide skilled, " responsible supervisions and training for such persons. b. License and Insurance Required. Any person opera.ting a tow truck on behalf of the Gontiractor shall have a valid Washington Drivers License; shall have all licenses necessary to operate a tow truck in the State of Washington, and sha11 be insured according to -the terms of this Agreement and legal requirements applicable to the indiistry. c. Courtesy. T'he Contractor and its agents and employees shall be courteous at a11 times when performing work under this Agreement: The use of abusive, indecent, offensive, coar'se or insulting behavior or language during the performance of this Agreement shall be deemed a violation of this Agreement:. . d. Appearance. During the perfoimance of this Agreement, the Contractor's personnel shall maintain a pmfessional, personal appearance, sha11 be dressed in clottiing approved by ttie Contractor, and shall : be free of excessive dirt, grease, and grime. The failure of tow truck ope.rators to present themselves in a neat, clean and professional mariner while performing pursuant to this Agreement shall be deemed a breach of this Agreement. Page l l of 17 _ 6. Procedures: The Contractor shall institute the following procedures .in performing the Agreement: . a. Care and Skill. The Contractor shall use reasonabTe care and skill in towing and/or impounding vehicles and will not damage.them through lack of reasonable care. b: Response Time. The Contractor shall dispatch a tow truck . to . the location specified by the Gity immediately upon receiving a request for--impound/tow. A tow truck of the proper class sha11 arrive at the site of impound/tow within twenty (20) miriutes of tlie time the Contractor receives the impound. reguest. In the event a Class C tow truck is necessary, a Class C tow truck sha11 arrive at the site of the impound/tow within thirty (30) minutes of the request. The Contractor shall immediately report any delay in response time due to heavy traffic volume : or otherwise. c. Storage. All ,vehicles sha11 be handled and returned in substantiality the same condition as they existed before being towed: The Contractor will not store any towed and/or impounded vehicle on public streets, public property, or any place other than an approved storage lot. • d. Notice to Legal Owners. When a vehicle is, impounded, the Contractor will notify the legal owners pursuant to the requirements of RCW 46.55:110 and all other applicable laws, statutes, rules, regulations, or City ordinances as now enacted er hereafter amended. e. Contesting the impound of a vehicle. At the request of the person.redeeming the vehicle, the contractor shall supply a completed RTTO Impound Vehicle Request Form (DLR-430-508); The Contractor sha11 make a representative available to testify in court when necessary. - This representative sha11 provide the King County District Court with a written ' itemized accounting of tow and impound chazges conforming to the Agreement . rates, together with a copy of all documents generated and in the possession of the fy Contractor, relating to that tow. The contractor's representative will further testi and affirm that~ ~all documents provided to : the court pursuant to this Agreement shall_ be accompanied bv an affidavit ensuring that -Aad--the information contained in such documents is true and correct, that the documents _ . were prepared in the regulaz course of business: at or near #he time of the impound.: or the accruing of other costs of the impound, and that they aze being provided by the custodian of records of the Contractor. f. - Release of vehicle. If a vehicl'e has been impounded because, the.driver had a suspended license, the Contractor sha11 not release a.vehicle prior - to the - termination of any manda.tory impound period absent an order from the Auburn Police Depariment, the King County District Court, or the Auburn City Attorney's Office. Prior to releasing any vehicle, the Contractor shall verify that Page 12 of 17 tlie person redeeming the vehicle has a valid Washirigton Driver's License. The Contractor shall deliver possession of properly redeemed vehicle not more than thirty. (30) minutes after gayment of the impound fee set forth in this Agreement or required by law. . g. - P.ersonal Property. The personal property and contents of towed or impounded Vehicles shall be handled in the'manner:required by RCW 46.55.090, WAC 204- - 91A-130, and any other applicable law, sta.ttite; rule, or regulation, as now enacted or hereafter amended. The City of Auburn will not accept personal property set forth in WAC 204=91A-130(1)(a)-(m). The property/evidence officer, must. be coted before any property is brought to -the police sta.tion. City of Auburn personnel will.not transport the property: Copies of the Vehicle Inventory and - Authoriza.tion/Impound forms must accompany ttie properly when. submitted by Contracforto the property officer. ' . h. Abandoned Vehicles. The Contractor shall. dispose of abandoned vehicles in the possession of the Contractor pursuant to all applicable laws, statutes, rules and regulations. : i. Removal of Junk Velucle or Parts Thereof. Upon receipt of a"Junk Vehicle V erification, Notification and Affida.vit"' foim or I its equiv'alent. from the Auburn City' Police Department, the Contractor shall Temove the designated junk vehicles or parts thereof to a disposal site. Costs of such removal shall he recovered by the Contractor in accordance with RCW 46.55.130 as now enacted or hereafter amended. j. Receipt. The Contractor sha11 prepaze a receipt using uniform, sequentially . numbered forms for every` impounded velucle which leaves Contractor's possession. The Contractor shall deliver one (1) copy of the receipt to the person to whom tlie velucle is delivered and sha11 keep one (1) copy; filed in the order of ' the. receipt nmber. For the purposes hereof, the stored copy may be stored in electronic formaf. The receipt shall state: (1) Tlie date and=tiine of delivery to the claimant; (2) The name, address, and Washington State (or other Sta.te) driver's license number of the person to whom it is delivered; (3) The name and address of the employer or principal of such person, if such person is the agent for the registeied owner or purchaser of the vehicle; (4) The name and', addre.'ss of the vehicle's registered owner at the time of . impound, if known; . , (5) Either: . . . , ; (a) an item'ized statement of the, impound, storage, and extra charges. colleeted by the'Contractor; if redeemed by payment of charges; or ' Page 13 of 17 (b) a complete statement of moneys or other consideration paid for the vehicle if sold; (6) The signature of the person to whom it is delivered acknowledging. such delivery and payment, if any; and (7) The signature of the Contractor's ; employee . making such delivery and ' receiving such payment, if any: k. ~ Records. The Contractor shall keep all records,pertaining to yehicles impounded - pursuant. to this Agreement for at least three (3) years following the expiration or termination of the Agreement. The Contractor shall keep tlze records in ~an orderly ~ manner to. assure easy access and reference to the records and sfiall make a11 ~ records available for inspection and copying by the City at all times between 8:00 a.m. and 5:00 p.m. Monday through Friday, and- at a11 other times when . employees having chazge of the records are present at Contractor's billing office. Upon request by the Auburn Police Department or the Aubum City Attomey's Office, the Contractor shall provide information of vehicles impounded because " the driver had a suspended license; if that information is known by .or has~ been provided to the Contractor, which sha11 include the name of the registered owners, . whether :the vehicle was redeemed by the owner or'by another ,person, and the disposition of the vehicle if not redeemed. 1. Removal of Debris. Unless otherwise directed, the Contractor shall at no additional cost remove from the location of an impound /tow~any broken glass or other debris resulting from a collision involving the vehicle, before towing the vehicle away. The Contractor shall dispose of all such debris in a lawFul manner. m. Complaints: The Contractor shall promptly and courteously respond to complaints. This shall include furnishing a complainant with contact information for the Contractor's insurance company and its claims agent if requested. 7. Contractor to Maintain Records to Support Independent Contractor Status. On the effective date of this Agreement (or shortly thereafter), the Contractor sha11: a. File a schedule of expenses with the Intemal Revenue Service for the type of - business the Contractor conducts; b. Establish an account with the Washington Sta.te Depaertinent of Revenne and other necessary state agencies for the payment of all state taxes normally paid by employers, register to receive a unified business identifier number from the Sta.te of Washington; Report local sales tax as code 1702 (Auburn%King);and - c. Maintain a separate set of books and records that reflect a11 items of income and ~ expenses of Contractor's business, all as described:in RCW Section 51.08.195; as required to show that the services performed by Contractor under this Agreement : Page 14 of 17 do not give rise to an employer-employee relationship whicli would be subject to RCW Title 51; Industrial Insurance. 8. Right to Inspecf. The City sha11 have the riglit to inspect the Gontractor's facilities and equipment to ensure that the provisions of this Agreement are followed. Inspections sliall ' occur during. normal business hours. The refusai of the Contractor to permit such inspeotions shall be a breach of this Agreement and may result in immediate termination by the City. ~Page 15 of 17 . ~ EIHIBIT B COMPENSATION Charges by , the Contractor for, towing, storage, and otller services pursuant to this Agreement sha11 not exceed the following amounts: TRUCK RATES: (Per Hour) CLASS A,DBcE $160.00 *Rotator $224.00 Class B $194.00 *Rota.tor $270.00 Class B** $261.00 *Rotator $364:00 (30,000 pounds (lbs.) Gross Vehicle Weight Rating (GVWR), or more, with air brakes) Class C $339.00 *Rotator $472.00 Class S1 $567.00 40+T6n Rota.tor ' * The term "rotator" applies to any approved vehicle that has a rotating boom: The cost of using a rotator, other than the S 1 will be its class rate plus 40 percent. Rotator _ rates shall only apply if: , - The services are specifically reguested by the legal or registered owner of the vehicle, or the officer in chazge of the scene at the time of dispatch. - After being dispatched to the scene, the tow operator, legal or registered .owner'of . the vehicle, and/or the officer in charge of the scene agree to the cost and, benefits of the use of the rotator and the rotator is actually used in tlie recovery. The 30,000 lbs. GVWR or more with air brakes rates apply only if the vehicle being towed has a GVWR between 26,000 lbs. and 33,000 lbs. Class E& S rates shall have a maximum rate appropriate for its GVWR and be consistent with the above schedule. For example, if an "E" or "S" truck has a GVWR of 17;000 lbs. or more, Class "B" rates will apply if hauling Class "B" loads. Class "A" rates apply if hauling Class "A" loads. ~ Storage Rate: $41.00 per day ~ Storage: Storage rates shall follow the guidelines set forth in WAC 204-91A-140. • Hourly Labor: Extra Registered Tow Truck Operator (RTO) Employee/Driver $80.00 (per hour). (Based on 1/2 the current Class.A'.Truck Rate; must ha.ve . supporting documenta.tion 'showing continuous employment:). - ~ Casua1 Labor: Charges based on cost (must have supporting documentation) plus 25 pereent mark-up. ~ • Auxiliary Equipment: Charges based upon the actual cost of equipment (must have supporting receipt) plus 20 percent mark-up. Page 16 of 17 0 Handling and Disposing of Hazazdous Materials: Charges based upon cost of handling and disposing (must have supporting documentation) plus 20 percent mark- up. 0 Fee for Absorbent Materials: Tow operators will receive an additional $5.00 per hour fee for carrying and use of absorbent material for fluid spills. This fee will be granted whether tlie material is used or not. This fee is included in the hourly rates listed above. • Future Increases: The Seattle-Tacoma-Bremerton area Consumer Price Index for a11 Urban Consumers (CPI-i) - Transportation expenditure category will be utilized for future increases/decreases in truck and storage rates. Said increases/decreases.wiil be to the nearest whole dollar and sha11 be made automatically on October 15 of each year, unless either party demands to meet and confer about price increases/decreases. The annual review and increase/decrease will be based on the unadjusted CPI-U Transportation from June of the current yeaz. In accordance with RCW 46.55.063, any changes to the contractor's fee schedule must be filed, with the Department of Licensing and must be in accordance with Auburn City Ordinance No. 6110,, provided that such change sha11 not take effect until,ten (10) day after notification to the Chief of Police and the City Of Auburn Clerks office. ~ Extra Equipment/Manpower: The registered or legal owner of a vehicle, the contractor and/or the officer in charge of the scene, where it is clearly apparent that additional manpower and%r auxiliary equipment is needed, must authorize extra labor or equipment as outlined in WAC 204-91A-140(d). • Application of Rate Maximums: These rate maximums sha11 apply whether the : services are provided as a result of "primary" (initial) or "secondary" tows as defined , in WAC 204-91A-030. Notwithstanding the provisions of Section 17 of this Agreement, the City may, by ' unilateral action, prepare and adopt anaddendum revising these rates at any time to reflect the maximum rates for such services established by the Chief of the State Patrol pursuant to Washington Administrative Code Section 204-91A-140. Page 17 of 17