HomeMy WebLinkAboutS & R Towing Inc; 2015-02-11;AGREEMENT FOR TOWING CONTRACT SERVICES
S & R TOWING
THIS AGREEMENT is made and entered into as of the /1^ day of
f^^nJCLVCJ , 2015, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City")rand S & R TOWING, a California Corporation, ("Contractor").
RECITALS
A. City requires the professional services of a towing service company that is
experienced in the lawful towing and storage of vehicles.
B. Contractor has the necessary experience in providing professional services and
advice related to the lawful towing and storage of vehicles.
C. Selection of Contractor is expected to achieve the desired results in an expedited
fashion.
D. Contractor has submitted a Statement of Qualifications (SOO) to City and has
affirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for three (3) additional one (1)
year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare
a written amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. CONSIDERATION
The consideration for the agreement is the City's willingness to contact Contractor and
Contractor's willingness to perform tow services as required in this Agreement. City shall not be
liable for tow, storage or other fees associated with this Agreement. All towing, storage and related
fees are the responsibility of the owner of the vehicle or owner's agent/representative. Contractor
shall only charge those fees set forth in the Tow Storage and Fee Schedule in Exhibit "A".
City Attorney Approved Version 9.22.10
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and in
pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election. City may deduct the indemnification amount from any balance
owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City. If
Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a
subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys'
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
City Attorney Approved Version 9.22.10
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rating of not less than "A-:VII". OR with a surplus
line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless City
Attorney or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate.
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per
occurrence for bodily injury, personal injury and property damage. If the submitted policies contain
aggregate limits, general aggregate limits will apply separately to the work under this Agreement
or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's work
for City). $1,000,000 combined single-limit per accident for bodily injury and property damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor
has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Garage Keepers Liability, with limits of not less than $1,000,000 per claim.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an additional insured on General Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any extensions
of it and will not be canceled without thirty (30) days prior written notice to City sent by certified
mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Pnor to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
City Attorney Approved Version 9.22.10
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. Citv reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For City of Carlsbad Contractor
Paul Reyes, Sgt. Charles Russell, CFO/Sec.
Carlsbad Police Department S&R Towing, Inc.
2560 Orion Way 3199 Tyler Street
Carlsbad, CA Carlsbad, CA 92008
760.931.2131 760.310.0189
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure
under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any
of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is
required. Contractor or Contractor's affected employees, agents, or subcontractors will complete
City Attorney Approved Version 9.22.10
and file with the City Clerk those schedules specified by City and contained in the Statement of
Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and
consultants warrants that by execution of this Agreement, that they have no interest, present or
contemplated, in the projects affected by this Agreement. Contractor further warrants that neither
Contractor, nor Contractor's agents, employees, subcontractors and consultants have any
ancillary real property, business interests or income that will be affected by this Agreement or,
alternatively, that Contractor will file with the City an affidavit disclosing this interest.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants that the services required
by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination. Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and ofthe percentage of work
City Attorney Approved Version 9.22.10
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment ofthe Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
pert'ormed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty. City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part ofthe Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
City Attorney Approved Version 9.22.10
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
City Attorney Approved Version 9.22.10
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal
corporation of the State of California
(srgn/here) \
(print naras/title)
Chief of Police
Gary Morrison
ATTEST:
•By:
(sign here)
Cf^/y^^,
(print name/title)
Barbara Engle:
City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a Corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED FORM:
City Attorney
City Attorney Approved Version 9.22.10
EXHIBIT "A"
SCOPE OF SERVICES
GENERAL
Contractor shall perform towing or towing and storage of vehicles originating within the City of
Carlsbad and to locations either within the City of Carlsbad or any other location within the County
of San Diego as directed by the Carlsbad Police Department (CPD). Services to be rendered may
include, but are not limited to, towing vehicles that are: stored, disabled, traffic hazards, traffic
collisions, vehicles parked over 72 hours, vehicle lockouts, abandoned vehicles, abated vehicles,
junk vehicles, and for vehicles impounded for evidence or other criminal investigations; or are in
need of jump-starts or flat tire repairs.
ROTATION
The Chief of Police will set the type of rotation worked by Contractor.
TOW TRUCK SPECIFICATIONS
A. Contractor shall equip and maintain tow trucks in accordance with the provision set forth
in the California Vehicle Code (CVC), Title 13 ofthe California Code of Regulation (CCR),
the specifications contained in this Agreement, and in a manner consistent with industry
standard and practices. Contractors shall maintain at least one Class B tow trucks in their
fleet.
B. There will be four classes of tow trucks covered under this Agreement.
1. Class A - Light Duty. A tow truck that has a manufacturer's Gross Vehicle Weight
Rating (GVWR) of at least 14,000 pounds.
2. Class B - Medium Duty. A tow truck that has a manufacturer's GVWR of at least
26,001 pounds.
3. Class C - Heavy Duty. A tow truck that has a manufacturer's GVWR of at least
33,001 pounds.
4. Class D - Super Heavy Duty. A tow truck that has a manufacturer's GVWR of at
least 50,000 pounds.
C. The tow truck must meet all applicable state and/or federal standards.
D. Each piece of towing equipment shall have a label or identification tag permanently affixed
to the equipment in a prominent location to identify the manufacturer, serial number,
model, and rated capacity.
E. All controls shall be clearly marked to indicate proper operation, as well as any special
warning or cautions.
City Attorney Approved Version 9.22.10
TOW TRUCK DRIVERS
A. Contractor shall ensure that tow drivers responding to calls initiated by CPD are qualified
and competent employees of the Contractor's company.
B. Contractor shall ensure that tow drivers are trained and proficient in the use of the tow
truck and related equipment, including, but not limited to, the procedures necessary for
the safe towing and/or recovery of the various types of vehicles serviced.
C. Tow drivers shall be a least 18 years of age and shall possess the proper class license
and endorsements for the towed and towing vehicle.
D. Tow drivers shall maintain a reasonable standard of personal appearance and hygiene.
E. Tow drivers shall wear an identifiable uniform shirt displaying the company and driver's
names while engaged in CPD tow operations.
F. Tow drivers shall wear a safety vest or reflectorized clothing, meeting Occupational Safety
and Health Administration (OSHA) requirements.
G. Contractor shall provide a current list of drivers to CPD upon implementation of this
Agreement. Contractor shall notify CPD upon any change in driver status, including the
addition of any new drivers, or the deletion of any drivers.
H. All tow drivers shall be enrolled in the Pull Notice Program. Upon the addition of new
drivers. Contractor will be granted a maximum of 30 days to enroll drivers in the Pull Notice
Program. Pull Notices shall be kept on file, signed, and dated by Contractor. CPD may
require Contractor to provide copies of Pull Notice Reports.
I. Contractor is responsible for collecting and removing miscellaneous collision debris
associated with vehicles being towed. To ensure all necessary services have been
performed, Contractor will consult with on-scene City employee(s) before departing.
J. Contractor shall be responsible for all acts of their employees while those employees are
performing services for the City.
K. Contractor's employees shall perform in a manner consistent with that level of care and
skill ordinarily exercised by members of the profession currently practicing under similar
conditions and in similar locations.
DEMEANOR AND CONDUCT
While involved in CPD tow operations or related business. Contractor and/or employees shall
refrain from any acts of misconduct including, but not limited to, the following:
City Attorney Approved Version 9.22.10
10
1. Rude or discourteous behavior.
2. Lack of service, selective service, or refusal to provide service that the operator is
or should be capable of performing.
3. Any act of sexual harassment or sexual impropriety.
4. Unsafe driving practices.
5. Exhibiting any objective symptoms of alcohol and/or drug use. If the odor of an
alcoholic beverage is emitting from the driver's breath, the driver shall submit to a
preliminary alcohol-screening (PAS) test upon demand of CPD.
RESPONSE TO CALLS
A. Contractor on rotation shall respond to requests for towing services with a maximum
response time of thirty (30) minutes from the time of receiving the request from CPD dispatch.
Response time is computed from the time the police dispatcher notifies the Contractor until the
time the tow truck arrives on the scene.
B. Contractor shall respond to calls 24 hours a day, seven days a week, within the stated
response times.
C. Contractor shall advise CPD dispatch, at the time of notification, if they are either unable
to respond or unable to meet the maximum response time. If, after accepting the call. Contractor
is unable to respond or will be delayed in responding. Contractor shall immediately notify CPD.
Contractor shall not assign any calls to other tow operators.
D. When Contractor fails to answer the phone, is unable to respond, is unable to perform the
required service, declines to respond or provide service, or is cancelled due to excessive
response time CPD will contact another Contractor for service. Failure to respond to perform the
required towing or service and/or repeated failures to meet the maximum requirement shall
constitute failure to comply with the terms and conditions of this Agreement and may result in
suspension or termination.
E. When Contractor will be temporarily unavailable to provide services due to a preplanned
or scheduled activity, the Contractor shall notify CPD at least 24 hours prior to the date the
services will be unavailable, noting the times and dates of the unavailability.
F. Contractor shall respond with a tow truck of the class required to tow the vehicle specified
by CPD.
G. Failure to respond to perform the required towing or service and/or repeated failures to
meet the maximum response time requirements shall constitute failure to comply with the terms
and conditions of this Agreement.
H. Contractor's employees responding to a call shall perform the towing or service required
for which they were called unless the requested equipment is inadequate for the service to be
performed.
I. If Contractor is cancelled by CPD, up to and including arrival on scene that does not result
in a tow, there shall be no charges. If CPD requests Contractor on behalf of a vehicle
City Attorney Approved Version 9.22.10
11
owner/operator and the vehicle owner/operator declines service prior to the Contractor's
possession of the vehicle, no charges will apply.
J. Only the tow truck personnel and equipment requested shall respond to a CPD call.
However, there may be times when the Contractor assigned to the initial call may require the
assistance of an additional Contractor at the scene. Such a request shall be routed through CPD.
RATES
A. Any Contractor who charges rates above the current (at the time service is provided)
California Highway Patrol (CHP), Oceanside Area, Tow and Private Property Impound
rates for a CPD call shall be in violation of the Agreement and subject to disciplinary action.
B. The approved schedule of rates charged by Contractor shall be available in the tow truck,
and shall be presented upon demand to the person(s) for whom the tow services were
provided, their agent, or any CPD employee at the scene.
C. Contractor shall base towing charges upon the class of vehicle being towed, regardless
of the class of truck used, except when vehicle recovery operations require a larger class
truck.
D. Contractor shall display in plain view at all cashiers stations, a sign as described in Section
3070(E) ofthe California Civil Code, disclosing all storage fees and charges, including the
maximum storage rate.
E. Vehicles stored 24 hours or less shall be charged no more than one-day storage.
F. No Contractor or employee shall refer to any rate as required or set by CPD.
G. Contractor's towing or towing and storage fee(s) shall be the responsibility of the
registered owner of the vehicle towed or towed and stored.
H. All lien sales shall be performed in accordance with the California Civil Code.
STORAGE FACILITY
A business office and storage facility shall be located close to one another and be within the City
limits ofthe City of Carlsbad. An additional storage yard, located within a 5 mile radius ofthe city
limits, may be used if the vehicle is too large for the Carlsbad lot or the vehicle has been at the
Carlsbad lot for 15 days or more. For the purposes of the Agreement, "normal business hours"
shall not be less than 8 a.m. to 5 p.m., Monday through Friday, except for the following City
recognized holidays: New Year's Day, Martin Luther King's Birthday, Presidents' Day, Memorial
Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day,
Thanksgiving Friday, and Christmas Day.
BUSINESS RECORDS
City Attorney Approved Version 9.22.10
12
A. Contractor shall maintain records of all tow services furnished. The records will be
maintained at Contractor's place of business within the City limits. Invoices shall at a
minimum include a description of each vehicle, nature of service, start time, end time,
location of call, itemized costs of towing and storage, the tow driver's name, and truck
used.
B. CPD may inspect all operator records without notice during normal business hours.
C. Contractors shall permit CPD to make copies of business records at their place of
business, or to remove business records for the purpose of reproduction. CPD shall
provide a receipt for any (original) record removed from the place of business.
D. Failure of the operator to comply with the inspection requirements shall be cause for
suspension.
RELEASE OF VEHICLE
If a "police hold" has been placed on a vehicle, the vehicle shall not be released without first
obtaining a "VEHICLE IMPOUND RELEASE" form from CPD.
RELEASE OF PROPERTY
A. Contractor shall be responsible for the security of vehicles and property at the place of
storage. Contractor is responsible for the reasonable care, custody, and control of any property
contained in towed or stored vehicles.
B. The vehicle and/or personal property shall be released from stored vehicles at the primary
storage facility or place of business upon request of the registered owner or a person having a
legal entitlement to the vehicle and/or property upon presentation of valid identification.
C. Contractor shall provide any information required by claimant to effect the release of the
impounded vehicle including: confirming that a particular vehicle is in Contractor's possession,
directions to the location of the vehicle, the methods of securing its release, documentation
required, applicable charges and fees required to be paid and terms of payment.
D. Vehicles impounded by CPD for investigative purposes shall be held in maximally secured
non-public area of Contractor's property until the vehicle is released by order of CPD. Any
property or other contents of such vehicles shall not be removed by any person other than a police
officer or evidence technician employed by the City. Property removed from such vehicles shall
be recorded as removed on the content inventory and the content inventory dated and signed by
a representative of Contractor and the peace officer or evidence technician removing such
property.
E. Contractor shall obtain approval from CPD before the removal of any property from an
impounded vehicle and shall provide a receipt to CPD, with a copy placed in the vehicle.
1. This requirement may not be waived in cases where a vehicle has been impounded
for evidence or investigation.
2. Upon approval from CPD, Contractor shall release personal property from an
impounded vehicle at the request ofthe vehicle's registered owner or agent.
City Attorney Approved Version 9.22.10
13
3. There shall be no charge for the release of personal property during normal
business hours. Contractors may charge an after hours release fee for property
released after normal business hours, consistent with the after-hours vehicle
release provisions contained in California Vehicle Code (CVC) section 22658.
4. Personal property is considered to be items that are not affixed to the vehicle.
Personal property from a stored vehicle shall be released upon request of the
vehicle registered owner or agent. Responses are mandatory on weekends,
holidays, and outside normal business hours. Payment for an after-hours release
of property may be required at the time of the release as consistent in California
Vehicle Code (CVC) section 22658.
5. Cargo shall be released upon demand of the carrier or pursuant to a court order.
F. Employees shall be properly trained to conduct business transactions related to towing,
storage, and release of vehicles/property.
VEHICLE DAMAGE OR PROPERTY
A. CHP 180 impounds and storage forms will be provided to Contractor for CPD tows and
impounds. Contractor shall be responsible for any damage occurring to the vehicle while in its
sole possession and, therefore, damage not recorded on the CHP 180 damage assessment will
be considered the Contractor's responsibility.
B. Contractor shall be responsible for all property belonging to that vehicle as identified by
the content inventory and the CHP 180 form. Loss of property which occurs after Contractor has
arrived at the scene will be the sole and undisputed responsibility of Contractor.
COMPLIANCE WITH LAW
A. Contractor and employees shall, at all times, comply with federal, state, and local laws
and ordinances. Any flagrant traffic violation may be cause for immediate disciplinary action
against Contractor and/or the involved employee(s).
B. Any conviction of Contractor or employee involving a stolen or embezzled vehicle, fraud
related to the towing business, stolen or embezzled property, a crime of violence, a drug-related
offense, felony or misdemeanor driving while under the influence of alcohol and/or a drug while
involved in a CPD tow shall be cause for removal of the employee from the list of current CPD
tow drivers and/or immediate termination of this Agreement.
C. Contractor or employee arrested/charged for a violation involving any of the above crimes
may be cause to immediately suspend this Agreement until the case is adjudicated.
COLLUSION
A. Contractor and/or applicant shall not conspire, attempt to conspire, or commit any other
act of collusion with any other Contractor or applicant for the purpose of secretly, or otherwise,
establishing an understanding regarding rates or condition to the Agreement that would bring
City Attorney Approved Version 9.22.10
14
about any unfair condition which could be prejudicial to CPD, the motoring public, or other
Contractors.
B. A finding by CPD that any Contractor or applicant has been involved in collusion shall be
cause for denial of an application or shall nullify the Agreement. Any Contractor or applicant found
to be involved in any act, or attempted act of collusion, shall be disqualified from participating in
an Agreement with CPD for the current term, plus three years.
FINANCIAL INTEREST
A. The sale or transfer of the controlling interest in a company shall immediately terminate
the Agreement. A new owner may apply for an Agreement at anytime during the remainder ofthe
current Agreement term.
B. A terminated or suspended Contractor shall not be eligible for a new Agreement during
the duration of the suspension or termination.
ADVERTISING
Contractor shall not display any sign or engage in any advertisement indicating an official or
unofficial connection with the Carlsbad Police Department.
DISCIPLINARY ACTION
A. All CPD-related tow service complaints received by CPD against Contractor or
Contractor's employees will be accepted and investigated in a fair and impartial manner.
Contractor will be notified of the results of any investigation.
B. Should the filing of criminal charges be a possibility, CPD will conduct the investigation to
conclusion, or assist the lead investigating agency, and if warranted, request prosecution.
C. The Traffic Sergeant shall take disciplinary action against Contractor for violations
investigated and sustained. Unless otherwise noted, the Traffic Sergeant shall determine
the period of suspension. The Traffic Sergeant shall retain discretion regarding the length
of any suspension imposed pursuant to the terms and conditions of this Agreement.
D. Record of violations shall be retained by CPD for at least 24 months.
E. A violation of the equipment requirements related to safety shall be cause for immediate
suspension. The suspension will remain in effect until the period of suspension is
completed and CPD has conducted an inspection and concluded Contractor is in
compliance.
City Attorney Approved Version 9.22.10
15
F. A violation of the GVWR and safe loading requirements of a tow truck may be cause for
immediate suspension. This includes exceeding the tow truck's GVWR, front axle weight
rating, rear axle weight rating, maximum tire weight ratings, or not maintaining 50 percent
of the tow truck's laden front axle weight on the front axle when in tow.
G. A violation of intentionally overcharging or a pattern of overcharging shall be cause for
suspension. The suspension will remain in effect until the period of suspension is
completed and Contractor has presented proof to CPD that reimbursement has been
made to the aggrieved customer.
H. Any unsatisfactory rating based upon any safety violation of the Biennial Inspection of
Terminals (BIT) Program shall be cause for suspension. The suspension will remain in
effect until the period of suspension is completed and the operator has presented proof of
compliance with the BIT requirements. Any unsatisfactory rating may be cause for
suspension.
I. Failure of Contractor to comply with the inspection requirement of this Agreement will
result in a suspension. The suspension will remain in effect until the period of suspension
is completed and Contractor has complied with the inspection requirement.
J. Failure of Contractor to send tow drivers on CPD calls who are qualified and competent
employees shall be cause for suspension. The suspension will remain in effect until the
period of suspension is completed and Contractor has presented proof to CPD that the
tow driver is qualified and competent.
K. Failure of Contractor to maintain the minimum insurance requirements set forth in the
Agreement will immediately result in termination of this Agreement.
L. Other than conduct that would result in an immediate termination of this Agreement, any
alleged violation of the Agreement will be investigated by CPD and Contractor will be
notified in writing of CPD's findings within 30 calendar days of the conclusion of the
investigation.
TERM OF DISCIPLINARY ACTION
A. Except as specifically stated in the Agreement, minor violation of the terms and conditions
of the Agreement may be cause for disciplinary action in the following manner:
1. First violation within a 12-month period - letter of reprimand.
2. Second violation within a 12-month period - 1 to 30-day suspension.
3. Third violation within a 12-month period - 60 to 90-day suspension.
4. Fourth violation within a 12-month period - termination of the Agreement.
NOTE: In lieu of termination, CPD may impose additional suspension for longer period, if
deemed appropriate.
City Attorney Approved Version 9.22.10
16
B. Nothing herein shall be deemed to prohibit the Traffic Sergeant from immediately
suspending any Contractor or Contractor's employee whose conduct, in the opinion ofthe Traffic
Sergeant, is deemed to be a danger to the motoring public, a hazard to public safety and/or
welfare, or who has engaged in conduct constituting a flagrant violation ofthe Agreement.
C. In the event of a material breach of this Agreement, the City may immediately terminate
this Agreement and Contractor shall not be permitted a hearing or appeal nor shall Contractor be
given a period of time to cure the material breach.
HEARING/APPEAL
A. In the event CPD serves Contractor with disciplinary action, other than notice of
termination of this Agreement, Contractor may request a hearing within seven business days by
submitting a request in writing to the Chief of Police. If a hearing is requested, it shall be held as
soon as practicable. The hearing shall be conducted by the Chief of Police or his designee, and
Contractor shall be entitled to represent all relevant facts and circumstances in support of
contractor's position. Contractor shall be notified in writing of the Chief of Police's decision(s)
within ten business days ofthe completion date ofthe hearing.
B. Following a hearing if Contractor is dissatisfied with the Chief of Police's decision(s).
Contractor may appeal by submitting a request in writing to the City Manager within ten business
days. If an appeal is requested, it shall be held as soon as practicable. The appeal shall be
conducted by the City Manager or their designee. Contractor shall have the same rights as those
provided at the Chief of Police level. Contractor shall be notified in writing of the decision(s) of the
City Manager within thirty business days of the date of the appeal. The decision of the City
Manager shall be the final level of administrative appeal.
C. A suspension shall not take effect until the hearing and appeal process has been
exhausted, with the exception of Contractors whose conduct is deemed to be a danger to the
motoring public or who continue to violate the terms and condition of this Agreement.
D. If Contractor fails to request a hearing or appeal within the specified time or fails to appear
at a scheduled hearing or appeal, the action taken by the Traffic Sergeant shall be final and the
suspension shall take effect upon written notification to the operator.
TOW STORAGE AND FEE SCHEDULE
A. All tow fees and schedules charged will be consistent with the CHP, Oceanside Area, tow
and Private Property Impound rates in effect at the time services are provided.
B. From time to time the CHP may increase the schedule of tow fees and private property
impounds rates. When the rates are adjusted the Contractor may start charging the new
CHP schedule rates upon notifying, in writing, the Traffic Sergeant.
City Attorney Approved Version 9.22.10
17