Loading...
HomeMy WebLinkAboutContract 47389 ITS SECRETARY „ ..._ AGREEMENT FOR STANDARD AND HEAVY DUTY ' POLICE INITIATED TOWING SERVICE WHEREAS, the City of Fort Worth occasionally requires the services of tow trucks; and WHEREAS, such wrecker services are necessary to protect the safety of the citizens of the City of Fort Worth, NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: The City of Fort Worth, hereinafter referred to as "City,” acting herein by and through Valerie R. Washington, its duly authorized Assistant City Manager, and B&T Best Tows, LLC dba Milner Wrecker, LLC, hereinafter referred to as "Contractor," acting herein by and through Gary Dennington, Owner its duly authorized representative, agree as follows: 1. SERVICES City hereby contracts with Contractor to provide police initiated wrecker service. City, through its Police Department, shall dispatch Contractor from a police initiated rotation list to vehicles that have either been 1) abandoned; 2) involved in a collision; 3) parked or operated in violation of law; and/or 4) are to be checked for evidence (including recovered stolen vehicles and vehicles belonging to individuals in the custody of the police). Contractor shall perform a tow at the direction of any City police officer. Contractor shall obey the directions of police officers in performing such tows and shall ensure that such tow is performed with all due care to avoid interference with police activities and police information. 2. TERM The Initial Term of this Agreement shall begin on October 1, 2015, and expire on September 30, 2016 ("Initial Term"). In addition to the Initial Term of this Agreement, there shall be two options to renew for terms of one year each, unless terminated earlier in accordance with this Agreement. Renewal shall occur upon City including in its budget for the option years sufficient funds to pay for its obligations hereunder. 3. DEFINITIONS For the purposes of this Agreement, the following terms shall be defined as follows: 3.1 The term "City" shall include its officers, agents, employees, and representatives. 3.2 The term "Contractor" shall include Contractor, and its officers, employees, agents, representatives, and servants. 3.3 The term "light duty tow" shall refer to the towing of motor vehicles with a „Mgr,ss weight rating of 10,000 pounds or less. �i �ii. 4y The term "medium duty tow" shall refer to the towing of motor vehicles with 0 �� goss weight rating of more than 10,000 pounds, but less than 25,000 pounds. lr° vVi ;n Vlii"" ri } r Police Initiated Towing Service—City of Fort Worth and B T& Best Tows dba Milner Wrecker Page I of 18 ��,r4e���na for .., 3.5 The term "heavy duty tow" shall refer to the towing of motor vehicles with a gross weight rating that exceeds 25,000 pounds. 3.6 The term "Party" shall refer to either the City or Contractor. 3.7 The term "Parties" shall refer to both the City and Contractor. 4. COMPENSATION 4.1 As compensation for providing the services contemplated by this Agreement, City agrees to pay Contractor as follows for light duty and medium duty tows: 1) Towage. For both light duty tows and medium duty tows, a charge of one hundred thirty-five dollars ($135.00) for towing such vehicle from one point on a street to another location within the corporate limits of the City as directed by the police officer at the place where the tow originated; 2) Second tow truck. In the event the tow truck driver at the scene determines that a second tow truck is required, a charge of one hundred thirty-five dollars ($135.00) per hour, with a minimum charge of one hour, for assistance in clearing the scene of an accident. A police supervisor must approve, in writing, the use of a second tow truck. Travel time is excluded. 3) Additional Charges. An additional charge shall only be allowed when authorized by a police officer at the scene of the police initiated tow. An additional charge shall exclude travel time and waiting time. An additional charge of one hundred dollars ($100.00) per hour, charged in increments of fifteen (15) minutes at a charge of $25.00 per increment, for removing vehicles located in some unusual condition such as, but not limited to, an unusual circumstance within the right-of-way, a river or a creek bed or a ditch of greater depth than the ordinary bar ditch. Such charge to be made from the time the operator begins to remove the vehicle until it is on the traveled portion of the street. 4) Use of a dolly. No additional fee shall be charged for the use of a dolly on a Standard Wrecker tow. 4.2 As compensation for providing the services contemplated by this Agreement, City agrees to pay Contractor as follows for heavy tows: 1) Towage. A charge of two-hundred sixteen dollars ($216.00) per hour for towing such vehicle from one point on a street to another location within the corporate limits of the City as directed by a City police officer at the place where the tow originated. The minimum charge shall be for one hour; after the first hour, time shall be billed for in increments of fifteen (15) minutes, at a charge of$54.00 per increment. 2) Second Heavy Towage. In the event the tow truck driver at the scene determines that a second tandem axle tow truck is required, a charge of two- hundred sixteen dollars ($216.00) per hour billed in increments of fifteen (15) minutes while at the scene of the police initiated tow, with a minimum charge for one hour, for assistance in clearing the scene of an accident. A police supervisor must approve, in writing, the use of a second tow truck. Travel time is excluded. 3) Reimbursable. In the event Contractor is required to rent equipment or other materials specifically related to a police initiated tow, as directed in Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 2 of 18 writing by a police supervisor at the scene, Contractor shall be reimbursed the actual cost incurred plus fifteen percent (15%). Charges under this subparagraph are subject to the review and approval of a police supervisor. 4) Extra help. An additional charge of twenty dollars ($20.00) per employee per hour, with a minimum charge of four (4) hours or $80.00, when authorized in writing by a police supervisor at the scene of the police initiated tows. 5) Air cushions. a.) Regular cushions - A charge of one hundred-fifty dollars ($150.00) per hour, per cushion, with a minimum charge of one hour or $150.00. After the first hour, billing shall be in increments of fifteen (15) minutes. b.) Tanker cushions - A charge of four hundred dollars ($400.00) per hour, per cushion, with a minimum charge of one hour or $400.00. After the first hour, billing shall be in increments of fifteen (15) minutes. c.) Prior approval by a police supervisor at the scene of a police initiated tow is required for the reimbursement for the use of air cushions. 6) Tractor, hydraulic tilt tail, lowboy, and other specialized equipment. A charge of three hundred sixteen dollars ($316.00) per hour, two hour minimum, with subsequent increments being charged as $79.00 per 15 minute increment, if prior written approval of a police supervisor is obtained at the scene of the police initiated tow. The police supervisor shall sign the wrecker selection form when a tractor, hydraulic tilt tail, lowboy or other specialized equipment is used. Should a Rotator Wrecker be required and approved by the Police Officer on the scene, a charge of four hundred dollars ($400.00) per hour, two hour minimum, with subsequent 15 minute increments being charged as $100.00 per increment, with prior written approval from the Police supervisor on the scene. 4.3 Rotation Tows. Contractor shall not exceed the fee structure for police initiated tows performed under this Agreement; as detailed in sections 3.1 and 3.2 above, i.e., charges shall not exceed the standard fees allowable under this Agreement. Nothing contained herein shall be construed so as to obligate City to expend any sums of money. Further, nothing contained herein shall be construed so as to guarantee to Contractor that City will contact Contractor for any towing services contemplated by this Agreement. 4.4 Invoicing and Pam. Contractor shall invoice City once per month, no later than the fifth working day of the month following services. Contractor shall include with the invoice such documents as may be reasonably requested to provide evidence of the services provided to the City, which at a minimum shall include all information entered on the wrecker selection form by the officer at the scene of the police initiated tow and/or personnel at the Fort Worth Auto Pound. Such invoice shall be subject to the review and approval of appropriate City personnel and the Police Auto Pound Supervisor. City shall remit payment to Contractor within thirty (30) days following receipt and approval of a properly prepared Contractor invoice. 4.5 Release of Liability. Acceptance by Contractor of payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 3 of 18 payment is made, including any act or omission of the City in connection with such services. 5. VEHICLE AND EQUIPMENT REQUIREMENTS Contractor shall provide all vehicles and equipment necessary to perform Police Initiated Towing Services in the Divisions they are assigned. All vehicles and equipment shall be in good working order for the duration of this Agreement. Contractor shall supply, upon request by City, a list of Contractor vehicles and equipment inventory dedicated to performance of this Agreement. 5.1 Vehicles. a) Contractor must maintain a minimum of four (4) wreckers to include a minimum of two (2) tilt bed/roll back/flat bed dual rear wheel wreckers and a minimum of two (2) other vehicles at the discretion of the Contractor that meet the minimum TDLR requirements. (1)Standard and Car Carrier. A minimum of four (4) wreckers, one of which shall be not less than 14,000 pounds gross vehicle weight and one of which shall be not less than 10,000 pounds gross vehicle weight, dual rear wheels, equipped with a hydraulic operated winch, winch lines, and a boom rated at not less than 8,000 pound lift capacity and a wheel lift device rated at not less than 2,500 pounds. A minimum of two (2) tilt bed/roll back dual rear wheel wreckers rated at not less than 14,000 pounds gross vehicle weight. (2) Tandem Axle Tow Truck. A minimum of two (2) tandem axle (heavy duty) wreckers rated at not less than 54,000 gross vehicle weight (GVWR), equipped with two hydraulic winches and winch lines with a boom rated at not less than 50 tons and under lift capacity of 50,000 pounds. (3) Each wrecker shall have and maintain current identifying markings required by the Texas Transportation Code, Section 642.002, as same may be amended. (4) All of Contractor's vehicles shall have (a) Permanent labeling on each side door of the vehicle with the Tow Contractor's name, physical address (street, city, state, zip code), and phone number; (b) A four-way emergency flashing system and at least one flashing amber light (or other color permitted by State law); (c) Portable auxiliary brake lights, emergency flasher, turn signal, and tail light with protective pads/covers on the bottom, for use on towed vehicles; (d) A warning alarm, clearly audible above the surrounding noise in the vicinity and designed to sound when the tow vehicle is shifted into reverse to signify that the vehicle is backing up; (e) Dual Rear Tires, adequate in size and rating for the size and weight of the tow truck, with not less than 3/32nds inch of tread and mounted on rims secured with the manufacturer's recommended number of lug nuts; and (f) Tandem Axle Tow Truck. A minimum of two (2) tandem axle (heavy duty) wreckers rated at not less than 54,000 gross vehicle weight (GVWR), equipped with two hydraulic winches and winch lines with a Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 4 of 18 boom rated at not less than 50,000 pounds and under lift capacity lift capacity of 50,000 pounds. 5.2 Equipment. In addition, Contractor shall ensure that Contractor's vehicles are equipped with the following equipment, which at all times shall be maintained in working order to meet the following minimum criteria: 1) Tow bar; 2) Towing lights; 3) Emergency overhead warning lights; 4) Safety chain; 5) Fire extinguisher (10 pounds; A.B.C. Type); 6) Crow bar; 7) Push Broom; 8) Shovel; 9) Emergency reflectors or traffic cones; 10) Trash container; 11) Backing warning signal; 12) Wheel chocks; 13) Dollies (Standard Tow Truck Only); 14) Ten (10) pounds of grease and fluid absorbent material, and any other equipment necessary to clean up an accident scene in accordance with state and local laws; 15) Communication Device or Two-way radio equipment capable of communicating with the Contractor's dispatcher at all times. Such equipment shall be approved and licensed in accordance with federal law; and 16) Any other equipment required by state law. 5.3 Inspection. Each tow truck and the required equipment shall be inspected by the Chief of Police's designated staff following the execution of this Agreement on an annual basis. In addition, each tow truck and the required equipment shall be subject to intermittent inspection by the City to assure compliance with this Agreement. The inspection requirements shall be detailed on the annual wrecker inspection form and revised as deemed necessary by the Chief of Police's designated staff 6. INSURANCE REQUIREMENTS Contractor shall maintain insurance from insurers acceptable to City of the following types and amounts: 6.1 Commercial General Liability $500,000 each occurrence $500,000 aggregate Or Garage Liability $500,000 each accident, other than auto $500,000 aggregate Agreement for Police Initiated Towing service—City of Fort Worth and B&T Best To\4's dba Milner Wrecker Page 5 of 19 6.2 Automobile Liability $1,000,000 each accident, combined single limit This coverage shall include all vehicles owned or non-owned that are operating under Contractor's operating authority performing services under this Agreement. 6.3 Cargo/On-Hook $50,000 per unit Coverage shall include both the unit being towed and its contents. Units covered shall include but not be limited to motor vehicles, trailers and boats. Coverage shall be written on a direct primary basis. 6.4 r e ee er's Liability $30,000 per unit 6.5 Worker's Compensation/Accident Insurance Coverage shall meet the minimum requirements of state law, as con- tained in the Motor Carrier Rules and Regulations. 6.6 Contractor shall maintain insurance coverage at all times. Current insurance certificates shall remain on file with the City during the term of this Agreement. It is the responsibility of the Contractor to submit updated insurance to the City. Insurance coverage may, at the sole discretion of the City, be revised upward upon thirty (30) calendar days prior written notice to Contractor. Policies shall be endorsed as follows: 1) The City, its officers, employees and servants shall be endorsed as an additional insured on all policies except employer's liability insurance coverage under the workers' compensation insurance policy. 2) Certificates of insurance shall be delivered to the Financial Compliance Unit, 505 W. Felix Street, Fort Worth, TX 75115, prior to any work being performed under this Agreement. 3) Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. 4) Each insurance policy shall be endorsed to provide the City a minimum thirty (30) calendar day notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten (10) calendar day notice shall be acceptable in the event of non-payment of premium. 5) Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. 6) Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. 7) Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve, in writing, any alternative coverage. $) Worker's compensation insurance policy(s) covering employees shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 9) City shall not be responsible for the direct payment of insurance premium costs. 10)Insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Agreement for Police Initiated Towing service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 6 of 18 11)Contractor shall report, in a timely manner, to the Financial Compliance Unit of any known loss occurrence that could give rise to a liability claim or lawsuit or that could result in a property loss. 12)Contractor's liability shall not be limited to the specified amounts of insurance required herein. 6.7 In the event a state or federal law, rule or regulation pertaining to wrecker service companies operating within the State of Texas exceed insurance requirements specified herein, such state or federal law, rule or regulation shall prevail for the respective type of insurance coverage and/or limit thereof. 7. DIVISIONS AND ROTATION LIST 7.1 City, at its sole discretion, shall assign Contractor to its designated zone. 7.2 City shall create a rotation list within each of the five (5) divisions that will dictate the order in which wrecker companies are contacted. 7.3 City may request Contractor to conduct a police initiated tow within any zone, and Contractor agrees to use its best efforts to arrive at the scene of the police tow within thirty (30) minutes for light duty and medium duty tows and forty five ( 5) minutes for heavy duty tows. 8. DUTIES AND RESPONSIBILITIES OF CONTRACTOR City hereby grants to Contractor the right to provide Police Initiated Towing Services at City's direction to the areas commonly described as the North, East, South, West and Central divisions located within the city limits of the City of Fort Worth and more specifically demonstrated in Exhibit A. City reserves the right to change the boundary lines of the divisions. Such change shall be at the discretion of the City. Contractor's right to provide Police Initiated Towing Services in the Divisions is at the direction of City and is initiated through the City's Police Department's Dispatch Communication Division or other means. The granting of this right by City does not guarantee Contractors any quantity of work or monetary gain. Additionally, Contractor is required to notify Dispatch immediately of any vehicle accident involving a towing vehicle operated by Contractor. City may consider the accident, and the surrounding circumstances, in reviewing Contractor's performance under this Agreement. Contractor shall obey all traffic laws while performing under this Agreement. Officers shall report all violations of this Agreement to the appropriate City personnel. Contractor, during the term of this Agreement, shall perform the following duties and have the following responsibilities: 8.1 Records and Information. The Contractor shall maintain on file with the City its name of the owner, president or chief executive officer, business address, and telephone number; further, Contractor shall notify the City of any change of ownership, president or chief executive officer, change of address or corporate organization within five (5) City business days of any such change. Contractor shall maintain written records of the vehicles towed and charges of tows from calls received for police initiated towing. Records shall be maintained for at least three (3) years following completion of the Agreement and shall be open for reasonable inspection by the City. The failure to provide records to the City is a violation of the Agreement. The records shall contain: Agreement for Police Initiated Towing service—City of Fort Worth and B&T Best 1'ows dba Milner Wrecker Page 7 of 18 I. The year, make, model, color, license plate number, state issuing the license, vehicle identification number of the vehicle, and the owner or operator's name if reasonably available; 2. The date, time and location from which the vehicle was towed, the name of the person who authorized the tow, and the specific reason for the tow; 3. The name of the tow truck driver that towed the vehicle, and the regular and wrecker license plate numbers of the tow truck that towed the vehicle; and 4. All amounts charged for the towing of such vehicle, and the specific nature of each charge. 8.2 Response Time. Contractor shall be capable of receiving requests for services from City through the City's Dispatch System or other means as required by City, on a 24 hour basis, 365 days a year and immediately dispatch the requested Equipment and Personnel to the directed location to perform services within the response time of thirty (30) minutes for light and medium duty towing and forty-five (45) minutes for heavy duty towing, except in extraordinary situations where delay is caused by ice, snow or other weather related conditions. In the event Contractor fails to respond as required, City may notify another wrecker Contractor and Contractor shall not be entitled to the compensation to which it would have been entitled had it arrived within the specified time limit. 8.2.1 Response Time Violation. The course of disciplinary action shall be up to the City, including written notice, suspension, and/or termination of the Agreement, which can be taken if Contractor violates Section 8.2. 1) Company Disregard: The Contractor will be allowed five (5) `Company Disregarded' calls within a thirty (30) calendar day period. The term `Company Disregard' shall mean those times when the Contractor accepts a dispatch call, but fails to notify the Police Department's Communication Division within fifteen (15) minutes the call of any of the following: a. The Contractor is unable to respond to the dispatch within the time period specified in Section 8.2; b. The Contractor exceeds the time period specified in Section 8.2 and arrives to the scene late; or c. The Contractor accepts the dispatch call and does not come to the scene. 2) Company Decline: The Contractor will be allowed ten (10) `Company Decline' calls within a thirty (30) calendar day period. The term `Company Decline' shall mean the Contractor receives notification of service under this Agreement, but does not accept or wish to be dispatched to the scene. 3) City reserves the right to cancel wreckers at any point during this dispatch. Contractors will not be penalized for the City canceling the call. Under no circumstances will the City be invoiced or pay for City initiated cancellations. 8.3 Towing to Auto Pound. Contractor shall deliver the vehicle being towed to the location within the corporate limits of City designated by the police officer at the scene of Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best"lbws dba Milner Wrecker Page 8 of I8 the police initiated tow. Delivery shall be made without delay or detour. Contractor must: 1. Comply with the Auto Pound processing requirement listed in Exhibit B to this Agreement; 2. Provide Police Auto Pound personnel with a signed Police Department Wrecker Selection form at the time the vehicle is delivered to the Auto Pound; and 3. Fully cooperate with any investigation conducted by the City regarding complaints against Contractor, whether or not such complaints arise out of services contemplated by this Agreement. 8.4 City Taxes. Contractor shall not become delinquent in the payment of any taxes due to City or any governing body or agency. 8.5 Solicitin . Contractor shall not go to any accident scene unless the Contractor has been called to the scene by the owner or operator of a vehicle or an authorized representative of same, or by the City. Contractor shall not solicit any wrecker business within the corporate limits of City at the scene of a wrecked or disabled vehicle, regardless of whether the solicitation is for the purpose of soliciting the business of towing, repairing, wrecking, storing, trading, or purchasing the vehicle. 8.6 Debris Removal and Fluid Clean Up. Contractor shall completely remove all debris, except known hazardous material, resulting from any accident to which the Contractor is responding. Removal of debris shall not be considered complete by merely sweeping it to the curb line. Contractor shall not pick-up any known hazardous material as defined by 30 Texas Administrative Code, Section 327.2. 8.7 Employees. Contractor will provide uniformed wrecker operators. Uniforms must be clean and have names of the company and the name of the operator on the outside of the uniform. All personnel working under this Agreement shall be fully qualified and legally capable of performing their individual job duties, including possessing any necessary licenses or specialized training mandated by federal, state or local laws or regulations. Contractor shall adhere to all laws and regulations concerning Drug and Alcohol Testing as established by the Texas Department of Licensing and Regulation (TDLR) in Texas Administrative Code, Title 16, Part 4, Chapter 86, Rule Section 86.710. Contractor's employees will comply with all traffic laws when operating vehicles. 8.8 Meeting Requirements Contractor shall attend City meetings as requested. 8.9 Compliance Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 9 of 18 Contractor shall manage all operations for the Divisions accordingly and ensure that services are performed to industry accepted procedures that achieve safety, reliability and the preservation of personal property in the possession or care of Contractor. 9. VEHICLE STORAGE FACILITY INSPECTIONS 9.1 Defmition. "Vehicle Storage Facility" (VSF) shall mean a facility operated by a person licensed under the Texas Occupations Code, Section 2303.002(8), or as amended. Contractor must maintain business operation twenty-four (24) hours a day, seven (7) days per week three hundred and sixty five (365) days per year including holidays and weekends. 9.2 Contractor's Towinj?Operations. Contractor shall have employees available and be capable of releasing vehicles in accordance with this Agreement twenty-four (24) hours a day, three hundred sixty-five (365) days a year including weekends and holidays. Contractor shall maintain, manage and operate a currently licensed VSF located within the corporate limits of the City. Contractor shall perform Towing Operations under the laws, regulations, orders, ordinances and guidelines of the State of Texas, Tarrant County and the City of Fort Worth. 9.3 Police Initiated Site Inspections. VSFs and contractor's records shall be inspected by the City's Chief of Police's designated staff during the term of this Agreement. Failure to comply with this section shall result in suspension or termination of this contract. 10. SUSPENSION AND TERMINATION All work performed by Contractor hereunder shall be performed to the satisfaction of the City. The determination made by the City shall be final, binding and conclusive on all Parties hereto. City shall have the right to suspend or terminate this Agreement. Should contractor's work be deemed unsatisfactory to the City, termination, in whole or in part, will be made by the City based upon recommendations from the Police Department. Termination, in whole or in part, should Contractor's work be deemed unsatisfactory, will be based upon recommendations will be made by the Chief of Police or his designee. At any time the City may conduct a performance review of this Agreement. The information used in assessing Contractor's performance may include the information submitted by Contractor and any other information deemed pertinent by City. 10.1 The City may suspend or terminate this Agreement if Contractor engages in one or more of the following: 1. Violates of any term and/or condition specified in this Agreement; 2. Permits a tow truck to be operated by anyone while under the influence of alcohol and/or illegal drugs; 3. Performs services under this Agreement while consuming, or while under the influence of drugs or alcohol; 4. Permits a tow truck to be operated by anyone whose operator's license is suspended; 5. Transfers or assigning any call for service to any other Contractor; Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 10 of 18 6. Any conviction, probation, adjudication, deferred adjudication, or probation revocation for theft by personnel of Contractor while acting in their capacity as employees of Contractor; 7. Any conviction, probation, adjudication, deferred adjudication, or probation revocation for threats made by personnel of the Contractor while acting in their capacity as employees of Contractor made against third parties during a police initiated tow or otherwise; 8. Fails to comply with all directions of police personnel at the scene of a police initiated tow, civilian employees at the Police Pound, or civilian employees performing inspections or contract compliance duties; 9. Fails to comply with any state or federal law or code or City ordinance related to the operation of a wrecker Contractor; 10. Disobeys traffic control devices (traffic lights, stop signs, etc.); 11. Uses any type of siren besides the backup warning signal; 12. Makes any repairs or alterations to a vehicle obtained from a police initiated tow; 13. Tows any vehicle which is occupied by any person, except as specifically directed by a police officer; 14. Charges for services not performed or making duplicate charges for the same service or charge any fee in excess of those permitted under state law or this Agreement; 15. Uses profane or obscene language which offends a customer or any other person; 16. Is verbally or physically offensive, abusive, disrespectful or discourteous to any customer, motorist, City employee or any other person; 17. Inappropriate touching any customer, motorist, City employee or any other person; or 18. Operates any vehicle or other equipment in the performance of this Agreement in a careless, reckless, or negligent manner. 10.2 When it comes to the attention of the Chief of Police that grounds exist for the revocation of this Agreement, a hearing may be scheduled at the request of the Contractor through written notification to the Police Department. 1. The Department may issue a notice to the Contractor of such hearing sent by certified mail, return receipt requested, or by personal service. 2. A hearing notice shall be in writing and shall name the place, date and time of the hearing. The notice shall also set forth a summary of the charges. 3. A hearing shall be scheduled for a date no later than fifteen (15) days after the notice is issued. 4. A designated Deputy Chief shall preside at the hearing as hearing officer. 5. At the conclusion of a hearing, the hearing officer shall make written findings of fact and conclusions without undue delay. The hearing officer shall further issue written orders appropriate to their findings within thirty (30) days of conclusion of the hearing. 6. If grounds exist for the revocation of this Agreement, the hearing officer may order such Agreement be revoked or may order it suspended for a period not to exceed six (6) months. 7. A copy of the findings, conclusions and order shall be delivered to the Contractor. Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page I 1 of 18 11. INDEMNIFICATION 11.1 General Indemnification. With regard to any liability which might arise hereunder, City and Contractor agree that they shall be solely and exclusively liable for the negligence of its own agents, servants, subcontractors, and employees and that neither party shall look to the other party to save or hold it harmless for the consequences of any negligence on the part of one of its own agent, servant, subcontractor or employee. Nothing contained herein shall be construed to be a waiver by City of any right of protection that it enjoys under applicable State or Federal law. 11.2 Environmental Indemnification. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY OF FORT WORTH AND ALL PARTICIPATING CITIES, THEIR OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL ENVIRONMENTAL RELEASES AND/OR DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF HAZARDOUS WASTE WHEN SAID ENVIRONMENTAL DAMAGES OR THE VIOLATION OF SAID ENVIRONMENTAL REQUIREMENTS WERE THE RESULT OF ANY ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS, OR THE JOINT ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS AND ANY OTHER PERSON OR ENTITY. 12. WARRANTY 12.1 Contractor warrants that it understands the currently known hazards and suspected hazards which are presented to persons, property and the environment by hazardous waste. Contractor further warrants that it and its officers, agents, employees, and subcontractors will perform all services under this Agreement in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this Agreement. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Contractor, or its officers, agents, employees, or subcontractors, for the accuracy and competency of their services provided under the Agreement. 12.2 Environmental Damages means all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement of judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best`lbws dba Milner Wrecker Page 12 of 18 reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of the handling, collection, transportation, storage, disposal, treatment, recovery, and/or recycling of hazardous waste pursuant to this Agreement, or the existence of a violation of environmental requirements pertaining to same, and including without limitation: 1. Damages for personal injury and death, or injury to property or natural resources; 2. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs incurred in connection with the investigation or remediation of such hazardous wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such monitoring wells or violations or environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this Agreement or collecting any sums due hereunder; and 3. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the items referenced in "Environmental Requirements." 12.3 Environmental Requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: 1. All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, storm water, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances,materials, or wastes, whether solid, liquid,or gaseous in nature; and 2. All requirements pertaining to the protection of the health and safety of employees and/or the public. 13. ASSIGNMENT Contractor shall not assign, transfer or sublet this Agreement or any portion hereof to any party without the prior written consent of City that shall not be unreasonably withheld. Any such assignment, transfer or subletting of this Agreement without the consent of the City shall be void and shall operate as a termination hereof. Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 13 of 18 14. INDEPENDENT CONTRACTOR It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the work or service to be performed hereunder, and all persons performing the same on behalf of Contractor, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between the City and Contractor, its officers, agents, servants, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between the parties hereto. 15. GOVERNING LAW AND VENUE This Agreement shall be governed by and construed in accordance with the laws of the State of Texas. Should any action, whether real or asserted, at law or in equity, arise out of the execution, performance, attempted performance of this Agreement, venue for said action shall lie in the state courts located in Tarrant County, Texas or in the United States District Court for the Northern District of Texas, Fort Worth Division. 16. SEVE ABILITY If any of the terms, sections, subsections, sentences, clauses, phrases, provisions, covenants, conditions or any other part of this Agreement are for any reason held to be invalid, void or unenforceable, the remainder of the terms, sections, subsections, sentences, clauses, phrases, provisions, covenants, conditions or any other part of this Agreement shall remain in full force and effect and shall in no way be affected, impaired or invalidated. 17. ENTIRE AGREEMENT This Agreement embodies the complete agreement of the Parties superseding all oral or written previous and contemporary agreements between the Parties relating to matters herein; and except as otherwise provided herein, cannot be modified without written agreement of the parties. 18. MODIFICATION No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the Parties hereto. 19. NON-WAIVER The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's or Contractor's right to assert or rely upon any such term or right on any future occasion. Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 14 of 18 20. GOVERNMENTAL POWERS It is understood that by execution of this Agreement, the City does not waive or surrender any of it governmental powers. 21. SIGNATURE AUTHORITY The person signing this Agreement hereby warrants that he or she has the legal authority to execute this Agreement on behalf of his or her respective Party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other Party is fully entitled to rely on this warranty and representation in entering into this Agreement. Agreement for Police Initiated Towing Service—City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 15 of 18 IN WITNESS WHEREOF, the parties herlh�''V'e executed this agreement in multiples in Fort Worth, Tarrant County, 1'exas, this day of Pe ,00 2015. CITY OF FORT WORTH CONTRACTOR NAME, 40j _.................... ........... Valerie R. Washinglon Gary Dennington Assistant City Manager Owner Date: -tr Date: ......... ....... ................f APPROVAL RECOMMENDED it� Chief of Polwe Date: Z, !e7 APPROVED AS TO FORM AND LEGALITY ... ..................................... Victofia Honey k�_ Assistant City Aftorn.ey FO AT-(IE ". A. .4— > lity 'ec 'ecretary S M&C Number: C-26465 ..............____ Date Approved: 09/24/2013 City Ordinance: Arti,cle-V..., Wreckers ....... ......... ............................... ............................ JDFFIVA iiii�RECORI) CITY SECRETARY WORTH9 TX Agreement for Police InifiatedTowing Service -City of Forrt Wordi and B&T Best Tows dba Milner Wrecker Page 16 of 18 EXHIBIT Map of Divisions Lopnd � II I IN► h FAMI ChWan 0 OHIO � 4 w. wmw 1-07, v� Boom OWWOO ra Y u Ali r.�num� f b crnva m,for Police luaa.fiat a0"C'o u Service -City o"goy'¢Wowda and B&TBestTows d&a n Milner Wrecker Pa? e 17 of ll8 EXHIBIT B FORT WORTH POLICE DEPARTMENT AUTO POUND OPERATIONS The following rules and procedures shall be observed by Contractor upon arrival at the Police Auto Pound. 1. The Auto Pound entry gate shall not be obstructed by Contractor waiting to enter the Auto Pound Facility. 2. Contractor shall not enter the Auto Pound with more than one (1) person/operator unless authorized by the City's on-duty shift supervisor. 3. For safety precautions, Contractor shall be required to off-load all Tilt Bed/Roll Back cargo. 4. Auto Pound inventories shall be handled in an expeditious manner. Auto Pound personnel shall conduct a complete inventory of all property and vehicles. 5. Contractor shall not assist Auto Pound personnel with inventory. 6. Contractor shall be required to follow directions and instructions of Auto Pound personnel. 7. Contractor shall assist and comply with any investigation performed by Auto Pound personnel or the Fort Worth Police Department in all regards. 8. Violations of any of the above shall be reviewed by the City's Senior Contract Compliance Specialist or the Auto Pound Supervisor. Agreement for Police Initiated Towing Service City of Fort Worth and B&T Best Tows dba Milner Wrecker Page 18 of 18