Loading...
HomeMy WebLinkAboutPro-Tow Tow Call Agreement CITY OF ALTBURN AGREEliREN'T FOR TOW CALL lt0'TA'TION LIS'T THIS AGREEMENT made and entered into on this ~ day of 20. IQ, by and between the City of Auburn, a municipal corporation of the State of Washington, hereinafter referred to as "City" and P2o ToL,~J , hereinafter referred to as the "Contractor." 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 certain 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 Coritxactor agree to'provide towiiig services upon the terms and conditions fierein 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 fizrther 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 deterrnining 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 (RCW) and is willing and able to provide the services described herein. NOW, THEREFORE, based ori the mutual benefits provided herein, and consideration of placenient on the City of Auburn Police Tow Rotation List, the parties hereto agree as follows: i.` Time for Performance and Term of Agreement: , , - - " The Term of this Agreement. shall commence ori fhe 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 Ajzreement. This Agreement shall be administered by ~►-S , on behalf of : the Contractor, and sha11 be administered out of the Contractor's billing office located within the City of Aubuin, Washington, and by e~h on behalf of the City. 3. Scope of Services. The Contractor agrees to perform in a good and professional manner the ta.sks described on Exhibit "A" attached hereto and incorporated herein by this reference, which sha11 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 sha11 not be deemed, _ by virtue of this Agreement and the performance thereof, to have entered into • any partnership; joint venture; employment or other relationship with the City. 4. Additional Services. From time to time, nereafter, the parties hereto may agree to the performance by the Contractor of additiorial services with respect to related work or projects.. Any such agreement(s) shall 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 sha11 be incorpora.ted into this Agreemenf 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 shall 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 coritemplated 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 sha11 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 shall compensate the Contractor at the rates specified on said Exhibit "B" for any City vehicles towed ar 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 shall process the invoice or statement in the next billing/claim cycle following receipt of the invoice or statement, and shall remit payment to the Contra.ctor thereafter in the normal course, subject to any conditions or provisions in this Agreement. b. Unless agreed to in writing prior to the tow of a vehiele, the City shall not be responsible for towing, storage, or impound fees for any vehicle not owned or operated, by the City, including non-impound vehicles towed or stored upon - request of the City's Police Departme.nt and irlpounded vehicles; provided, for vehicles impounded for evidentiary purposes, the City shall pay such towing, storage, or impound fees that accrue from the time of impound until the City of Auburn Police Deparhnent releases its hold on such vehicles; and further provided, should a court of competent jurisdiction rule that an impound was - improper, the City shall compensate the Contractor for such towing, storage, ar impound in an amount found by said 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 operators 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 a11 protection necessary for that purpose. All work shall be done at the Contractor's own risk, and.the Contractor sliall 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 unpounded or abandoned vehicles from its existing locafion to the Contractor's Storage Lot or any other destination, the Contractor sliall check the vehicle's identification numbers ("VIN") against the Washington Sta.te Crime Information Center ("WSCIC") and the National Crime Information Center , ("NCIC") stolen car databases, regardless of whether such tow is undertaken pursuant to this agreement or is undertakeri 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 impound prior to towing the vehicle. Page 3 of 17 11. . Records Inspection and Audit. All compensatiori payments shall be subject to the adjustments for any amounts fou.nd 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 subj ect 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 gbod faith effort to cooperate and continue work toward - successful completion of assigned duties and responsibiii*.ies. 13. Notices. - All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be served either in person or by certified mail, retu.rn receipt requested, at the followirig :addresses: City of Auburn Contractor Auburn CiTy Ha11 p pPo -TO 25 West Main 14)o 14 s'T" /N 4/ Auburn, WA 98001-499.8 Auburn, WA 9rrCV` ) (253) 931-3000 FAX (253) 931-3053 All such notices or communications shall be effective upon the date of receipt. 14. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage 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 a11 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 shall be endorsed to provide contractual liability coverage. (2) Commercial_ General Liabilitv insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from . premises, operations,.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 A provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from ' explosion, collapse, or underground property damage. The City shall 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 Ol and Additional Insured-Completed Operations endorsement CG 20 37 10 Ol or substitute endorsements providing equivalent coverage. (3) Workers' Compensation coverage as required by the Industrial Insurance laws of the Sta*e of Washington. b. Minimum Amounts of Insurance. Contractor sha11 maintain the following insurance limits: (1) Automobile Liabilitv insurance with a minimum combined single limit for boclily 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 insuranee 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 sha11 be primary insurance as respects the City. Any insurance, self-insurance, or insurance pool . coverage maintained by the City shall 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 shall 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 irisurers with a current A.M. Best rafing of not less than A;VIL e. Verification of Goverage. The Contractor shall furnish the City with documenta.tion of insurer's A.M. Best rating 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 shall include a11 subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractors. All coverages for subcontractors shall be subject to a11 of the same insurance requirements as sta.ted herein for the Contractor. g. No Limitation. Contractor's maintenance of insurance as required by the agreement sha11 '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 shall indemnify defend and hold harmless the City and its officers, ofFicials, agents and employees, or any of them from any and all clai.ms, 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 tlie 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 shall 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 shall 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 5`1 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the pa.rties. The provisions of this section shall survive the expiration or termination of this Agreement. 16. Assigrunent• Neither party to this Agreement shall assign any right or obligation hereunder in whole or in part, without the prior written consent of tlie other party hereto. No assignment or transfer of any interest under this Agreement shall 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 sha11 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) arid specifying with particularity the nature and extent of such amendment, modi _fication or waiver. Any waiver by any party of any default of the other party shall. not effect or Page 6 of 17 t` . • impair any right arising from any subsequent default. Nothirig herein sha11 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 are no longer needed from the Contractor. The City may also terminate 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 shall be compensated for services performed prior to terniination in accordance with the rate of compensation provided in Exhibit "B" hereof. 19. Parties in Interest. This Agreement shall be binding upon, and the benefits and obligations provided for herein shall inure to and bind, the parties hereto and their respective successors and assigns, provided that this section shall not be deemed to pernut any transfer or assignment otlierwise prohibited by this Agreement. This Agreement is for the exclusive benefit of the parties hereto and. it does not create a contractua.l 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 shall be entitled to receive its reasonable costs and attorney's fees. 21. Applicable Law. This Agreement and the rights of the parties hereunder shall be governed by and interpreted in accordance with the laws of the State of Washirigton and venue for any action hereunder shall 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 paragraph or sections to whieh they apply. As used herein, where appropriate, the singular shall include the plural and vice versa and masculine, feminine and neuter expressions shall be interchangeable. Interpretation or construction of this Agreement shall 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 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 ofthis Agreement. 24. Entire Agreement. This Agreement contains tlie entire understanding of the parties hereto in respect to the transactions contemplated hereby and supersedes all prior agreements and understandings between the parties with respect to such subject matter. 25. Counterparts. This Agreement may be exeeuted in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been.signed by each of the parties and delivered to ttie other party. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed effective the day and year first set forth above. CI O~ CONTRACTOR Peter B. Lewis, Mayor By: Attest: ~ . Danielle E. Daskam City Clerk Appr e as to form: Daniel. B. Ieid; Ci y Atto y~ Page8of17 EXI3IBIT A SERVICES & SCOPE OF WORK Scope of Services. - 1. The Contra.ctor sha11 tow;,store, protect, and release or otherwise dispose of: -a. Velucles ordered impounded by the Police Department. b. ' Vehicles otherwise ordered to be towed by the City's Police Departrnent. c. Vehicles reguested to be towed 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 from. a towing rotation list of City-licensed tow compazues that have entered into a City of Auburn Agreement for. Tow Ca11. Rotation List. d. Any City vehicles requirnig 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 all applicable business and business licensing requirements of the City, State or ottier go"vernmental 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. `Contxactor sha11 have a sufficient number of tow trucks of -adequate size and capacity, together with operating personnel, to respond io requests _for . . se'rvices within the times specified herein, including the following: (i) Class A and Class E Tow Trucks. By ownership, lease, purchase contract, ~ the Contractor shall have at, least one (1) Class A tow truck and one (1) Class E tow truck with drivers on call at a11 times. (ii) Class "B" Tow Truck. By ownership, 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 relating to Class "B" tow trucks ~ as now enacted or hereafter amended, together with a driver skilled and licensed in its operation. , (ui) Class "C" Tow Truck. By owneiship, lease, purchase contrat, or temporary use agreement, the Contra.ctor shall at all times' have available the use of a heavy-duty tow truck: as . defined by WAC 204-91 A-170 Page 9 of 17 relating to Class "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-O50 and170 arid vehicles must reflect the,appropriate signage per WAC 308-61-115;_and inust comply with any other applicable law, statute, or rule as now enacted or hereafter amended. C. Telephone. The Conta.ctor sha11 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 day for sending and receiving facsimiles. e. Two-Way Communication. The Contractor shall have two-way communication, including the following: (i) Ra.dio. The Contractor sha11 provide two-way 'radio communications equipment and service in proper working order between • its dispatch facility and each tow`truck used to impound vehicles pursuant to this Agreement, andlor (ii) Cellular Phone. The Contractor sha11 provide two-way cellular communication equipment and service. in proper working condition to its - dispatch facility and to each tow truck used to impound vehicles puTSUant to this Agreement. 4. Facilities. The -Contractor shall- have the following facilities available for use in. perfomung the contract: . a. Dispatch Facility. The Contractor sha11 provide a staffed disgatch facility twen 'ty- four (24) hours per' day seven (7) days per week, which sha11 be capable of receiving Giry" reQ P g P 'fying ' d. uests for vehicle im ound, towui , or redem t~ ~on; ven velucle impounds an 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 shall maintain an in-house dispatcher. From S:UO p.m. to 8;00 : a.m. the Contractor'inay utilize a hired dispatch service. b. Offices and Stora.ge Lot. The Contractor shall, at all tunes, maintain its billing offices and a storage lot within the corporate limits of the City of Aubum, and shall provide its local. storage lot complying with all applicable laws;statutes,_ ruies, 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 representaxive, vehicles impounded pursuant to this Agreement sha11 be towed directly to Page 10 of 17 the local storage 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. Physical Conditions and Security. The Contractor's stora.ge lot will be kept surfaced, graded, drained, lighted, in accordance- with City codes, and free of obstacles and hazards at all times, so that persons redeeming vehicles have safe and convenient access to the vehicles. The Contractor shall provide adeguate 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 sta.te law and city ordinances; gates shall be securely locked at all ,times when an. attendant is not on duty on tlie prenuses, and all 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 storage 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. Approyal Required. The stora.ge lot will be subject to the initial and continuing approval of the Chief of Police or designee, with respect to meeting the requirements of ttus 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 perforniarice of the work assigned to them and shall provide skilled, responsible supervisions and training for such persons. b: License and Insurance Required. Ariy person operating a tow truck on behalf of trie Contractor shall have a valid Washington Drivers License; shall have all licenses necessary,to operate a tow truck in the Sta.te of Washington, and shall be insured according to the terms of this Agreement and legal requirements applicable to the industry. c. Courtesy: The Contractor and its agents and employees shall be courteous at all times when performing work under, this Agreement The use of abusive, indecent, offensive, coarse or insulting behavior or langua.ge during the performance of this Agreement shall be deemed a violation of this. Agreement d. Appeazance. During the performance of this Agreement, the Contractor's . personnel sha11. maintain a professional, personal appearance,, shall be dressed in - clothing approyed by the Contractor; and shall'. be &ee of excessive dirt, grease, and grime. The failure of tow truck operatois to present themselyes in a neat, clean, and professional manner while performing pursuant to tUis Agreement shall be deemed a breach of this Agreementc ` Page 11 of 17 6. Procedures. Trie Contractor shall iristitute the following procedures in performing the Agreement: . a. Care and Skill. The Contractor shall use . reasonable care and skill in towing and/or impounding vehicles and will not clamage them through lack of reasonable care. b. ' Response Time. The Contractor shall dispatch. a tow truck to the location spec.ified by the City 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) minutes of, the time the Contractor receives the impound _request: 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 thirly. (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 shall be handled and returned in substantiality the same condition as they existed before being towed: The_Contractor will not store any towed andlor 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 a1T other applicable laws, statutes, rules, regulations, or City ordinances as now enacted or hereafter amended. e. Gontesting the impound of a vehicle: At the request of the person redeeming the , vehicle, the contractor sha11 supply a completed RTTO Impound Vehicle-Request Form (DLR-430-508), The Contractor shall make a representative available to testify,in court when necessary. This representative shall provide the King County District Court with a written itemized accounting of tow and impound charges conforming-to the Agreement rates, together with a copy of a11 documents generated and in the possession of the Contractor relating to that tow. The contractor's represenfative will further testify and affirm that~- Adl-all documents. provided to the court pursuant to this Agreement shall be accornpanied bv an affidavit ensuring, that -.-And-the `information contained in such documents is true and correct, that the documents were prepared in the regulaz course of business at or near tlie time of the impound. or; the accruing of other costs of the impound, and that they are being provided by ' the custodian of records of the Contractor. - f. Release of vehicle. If a vehicle has been impounded because the driver had a suspended license, the Contractor sha11 not release a vehicle prior - to the termination of any mandatory unpound period absent an order from the Auburn Police Department, the King County District Court, or the Auburn City Attomey's Office. Prior to releasing any vehicle, the Contractor sha11 verify that Page 12 of 17 the person redeeming the vehicle has a valid Washington Driver's License. The Contractor shall deliver possession of properly redeemed vehicle not more than thirty (30) minutes after payment of the impound fee set forth in this Agreement or required by law. g. . Personal Property. The personal property and contents of towed or impounded veliicles shall be handled in the manner required by RCW 46.55.090, WAC 204- 91A-130, and any other applica.ble law, sta.tufe; 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 - contacted before any property. is brought to the police sta.tion. City. of Aubum personnel will not transport the property. Copies of the Vehicle Invento _ry and ~ Authorization/Impound forms must accompany the properfy when submitted by Contractor to the properry officer. . h: Abandoned Velucles. 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 Verification, Notification and Affidavit" form or its equivalent from the Auburn City Police Deparbment, the Contractor sha11 remove the desigriated ju.nk vehicles or parts thereof to a disposal site. Costs of such removal sha11 he recovered by the . Contractor in accordance with RCW 46.55.130 as now enacted or hereafter amended. j. Receipt. The Contractor shall prepaze a receipt using uniform, sequentially ' numbered forms - for every impounded vehicle which leaves Contractor's possession. The Contractor shall deliver one (1) copy of the receipt to the person to whom the vehicle is delivered and shall keep one (1) copy, filed in the order of the receipt number: For the purposes hereof, the stored copy may be stored in electronic forma.t: The receipt shall state: (1) The date arid time of delivery to the claimant; (2) The name, address, and Washington State (or other State) 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 registered ownei or purchaser of the velucle; (4) The name and address of the vehicle's registered owaer at the time of impound; if laiown; , (5) Either: - (a) an itemized statement of the impound, storage; and extra charges collected 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 Gontractor shall keep a11 records pertaining to vehicles impounded pursuant to this Agreement for at least three (3) years following the expiration or termination of the Agreement. The Contra.ctor sha11 keep the records in an orderly : manner to assure easy access and reference to the records and shall make all, records available for inspection and copying by the_ City at all times between 8:00 a.m. and 5:00 p:m. Monday through Frida.y,. aad at a11 other, times when employees having charge of the records are present at Contractor's billing office. _ Upon request by the Auburn Police Department or the Auburn.City Attorney's Office, the Contractor shall provide information of vehicles unpounded because the driver had a suspended license, if that information is known by_ or has been provided to the Contractor, which shall 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. l. Removal of Debris. Unless otherwise directed, the Contractor shall at rno 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 velucle away. The Contractor sha11 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 da.te 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 State Depaertment of Revenue and other necessary state agencies for the payment of a11 state taxes normally paid by employers, register to receive a unified business identifier number from ttie Sfate of Washington; Report local sales tax as code 1702 (Auburn/King);and . c. Maintain a separate set of books and records that reflect all 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 which would be subject to RCW Title 51, Industrial Insurance. 8. Right to Inspect. The City sha11 have the right to inspect the Gontractor's facilities and _ equipment. to ensure tha.t the piovisions of this Agreement are followed: Inspections shall occur during normal business hours. The refusal of the Contcactor to permit such inspeetions shall be a breach of this Agreement and ma.y result in immediate temunation by the Gity. . Page 15 of 17 , EIIIMIT B COMPENSATION - Charges by the,Contra.ctor far towing, storage, and other services pursuant to this Agreement shall not exceed the following amounts: TRUCK R.ATES: (Per Hour) " CLASS A,D&E $160.00 *Rotator $224:00 Class B $194.00 *Rotator $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+Ton Rotator ' * The term "rotator" applies to any approved vehicle that has a rota.ting boom. The cost of using a rotator, other than the S l will be its class rate plus 40 percent. Rotator rates shall only apply if: - The services are specifically requested 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 opera.tor, 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 rota.to"r is actually used in the recovery: The 30,000 lbs. GVWR or more with air brakes rates apply only if the vehicie being towed has a GVWR between 26,000.Ibs. 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 GV WR of 17,000 lbs. or more, Class "B" rates will apply if hauling Class "B" loads. Class "A" rates apply if ha,uling Class "A" loads: • Storage Rate: $41.00 per day • Storage: Storage rates sha11 follow the guidelines set forth in WAC 204-9 1 A- 140.' • Hourly Labor: Extra Registered Tow Truck Operator (RTO) Employee/Driver $80.00 (per hour). (Based on %z the current Class A Truck Rate; must have supporting documentation showing continuous employmeat.) • Casual La.bor: Charges based on cost (must have supporting. documentation) plus 25 percent mark-up. ~ Auxiliary Equipment: Charges based upon the actual cost of equipment (must tiave supporting receipt) plus 20 percent mark-up. Page 16 of 17 • Handling and Disposing of Hazardous Materials: Charges based upon cost of handling and disposing (must have supporting documenta.tion) 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 the 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 all Urban Consumers (CPI-U) - Transporta.tion expenditure category will be utilized for future increases/decreases in truck and storage ra.tes. Said increases/decreases will be to the nearest whole dollaz and shall 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 year. In accordance with RCW 4635.063, 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 EquipmentlManpower: The registered or legal owner of a vehiele, the contractor and/or the officer in chazge of the scene, where it is clearly apparent that additional manpower and/or 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 aze provided as a result of "primary" (initial) or "secondary" tows as defined in WAG 204-91 A-03 0. Notwithstanding the provisions of Section 17 of this Agreement, the City may, by , unilateral action, prepare and adopt an addendum revising these rates at any fime to reflect the maximum rates for such services established by the Chief of tfie Sta.te Patrol pursuant to Washington Administrative Code Section 204-91A-140. Page 17 of 17.