ATKINSON POLICE DEPARTMENT POLICY AGREEMENT. Town of Atkinson Wrecker Service Agreement

Similar documents
AGREEMENT FOR WRECKER SERVICES

AGREEMENT FOR IMPOUND SERVICES Wrecker Contractor

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

POLICE TOW SERVICE THREE (3) YEAR CONTRACT NOTICE TO BIDDERS

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

CONTRACTOR AGREEMENT MASON TRANSIT AUTHORITY AND

CITY OF CHARLOTTETOWN REQUEST FOR INFORMATION TOWING SERVICES NOVEMBER 2018

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

TOWN OF NORFOLK Automobile Use Policy 1/15

Premises Use Agreement University of Toledo Stranahan Arboretum

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

REQUEST FOR PROPOSALS GENERAL SPECIFICATIONS VEHICLE TOWING SERVICE CONTRACT

Request for Qualifications

MICHIGAN ASSIGNED CLAIMS PLAN

2.8.1 VEHICLE USE POLICY FOR CONDUCTING THE OFFICIAL BUSINESS OF THE COLLEGE OF CHARLESTON. Policy Statement

To establish a policy for towing and storage services to be used by the City of West Kelowna and the West Kelowna RCMP Detachment.

Referral Network, LLC (RNI) Referral Independent Contractor Agreement

SHARE HANDLING REGULATIONS

CONTINGENCY FEE AGREEMENT

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of November 14, 2015

Sacramento Regional Solid Waste Authority (SWA)

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

MUNICIPAL LEGAL DEFENSE PROGRAM Effective 1/1/79 As Amended 1/1/19

SUBCHAPTER 22. SALVAGE CERTIFICATES OF TITLE

SHORT FORM SUBCONTRACT AGREEMENT

CHECKING SLIP IMPORTANT FLORIDA AUTOMOBILE JOINT UNDERWRITING ASSOCIATION MANUAL

(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

Standard TD Auto Club. Membership Handbook. Ensuring you and your family peace of mind along the way

REQUEST FOR PROPOSALS (RFP) VEHICLE TOWING AND STORAGE

BOAT STORAGE LOT AGREEMENT Applies solely to the property described below.

INTERGOVERNMENTAL AGREEMENT LEVEL B Between THE ARIZONA COUNTER TERRORISM INFORMATION CENTER STATEWIDE TERRORISM LIAISON OFFICER PROGRAM and

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

City or Town, State or Country and ZIP Primary Contact Title

AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN MARINA COAST WATER DISTRICT AND. THIS AGREEMENT, made and entered into this, by and

CHAPTER 95: ABANDONED VESSELS AND VEHICLES

Creation of Kansas Transportation Network Company Services Act; House Sub. for SB 117

SCOTIABANK CREDIT CARD CARDHOLDER AGREEMENT

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

Page 1 of 12 CMM

MASTER SUBCONTRACT AGREEMENT

CITY OF DECATUR. Guide to Filming, Taping and Photographing

TOWING SERVICE FRANCHISE AGREEMENT

Invitation To Bid. for

Changes to the Agricultural Ammonium Nitrate Code Environmental Impairment Liability Insurance Policy Requirements

Scarborough Fire Department Scarborough, Maine Standard Operating Procedures

Title. This Chapter may be cited as the Transportation/Taxicab Network Company Services Act.

Service Provider Responsibilities

INTER-COUNTY MUTUAL AID AGREEMENT Omnibus Agreement 2010 Revision

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

SAMPLE SUBCONTRACTOR AGREEMENT

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address:

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

On behalf of your utility, please consider this invitation to join the CT Water & Wastewater Agency Response Network (CtWARN).

SAFETY FIRST GRANT CONTRACT

Mail: Section 5 Division P.O. Box Boston, MA (Phone) (Fax)

TRINITY UNIVERSITY HEALTH CARE REIMBURSEMENT PLAN

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

NC General Statutes - Chapter 20 Article 10A 1

1240 Pennsylvania, NE Suite C Albuquerque, NM EAP AFFILIATE AGREEMENT

Town of Fort Myers Beach Public Works Department Application

Phoenix Mesa Gateway Airport Authority AIRCRAFT HANGAR /PARKING SPACE RENTAL AGREEMENT - Aircraft Owners -

MIDLOTHIAN PARKS & RECREATION DEPARTMENT YOUTH SPORTS ASSOCIATIONS FACILITY USE AGREEMENT

PITTSBURGH LOGISTICS SYSTEMS(PLS PRO)CARRIER TERMS OF USE

SAMPLE NATIONAL SPECIALTY AGREEMENT between THE LABORERS' INTERNATIONAL UNION OF NORTH AMERICA AFL-CIO AND (SIGNATORY CONTRACTOR) TABLE OF CONTENTS

COUNTY OF PRINCE EDWARD, VIRGINIA

Recreational Vehicle Rental Agreement Class B Lexington Grand Touring RV

Agero, Inc. Copyright

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Snow Removal Services Request for Proposals December 1, April 30, 2019

SUBMISSION AND RECOVERY OF PROPERTY DAMAGE CLAIMS

Preliminary Draft Revisions for Review and Comment Only Chapter 59A-25, Minimum Standards for Home Medical Equipment Providers

MSU Standard Terms and Conditions Cost Reimbursement Subaward 01-09

PROPOSAL REQUEST. Sumner County Sheriff s Office

GENERAL ASSEMBLY OF NORTH CAROLINA 1995 SESSION CHAPTER 97 HOUSE BILL 750

REQUEST FOR PROPOSAL: Installation, maintenance and ongoing service of an inmate video visitation system.

CIOB TIME AND COST MANAGEMENT CONTRACT CONSULTANCY APPOINTMENT CONTRACT ADMINISTRATOR SCHEDULES EDITION

STAND-ALONE TRAILER TIRE PROGRAM

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

CONSTITUTION. Adopted May 20, 1914 As Last Amended June 22, 2017 Effective, September 1, 2017

SECTION IV CONTRACT BID NUMBER

Now, in consideration of the mutual promises set forth herein, the parties to this IGA hereby agree to the following terms and conditions:

THE SUMNER COUNTY REGISTER OF DEEDS

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

AGREEMENT. - between - NORTH SHORE SCHOOL DISTRICT - AND - NORTH SHORE SCHOOLS FEDERATED EMPLOYEES - SECRETARIAL UNIT

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

Alamo Pressure Pumping, LLC

Contract for Professional or Consultant Services. Stanwood-Camano School District #401 (Hereinafter referred to as the "District") and

Transcription:

ATKINSON POLICE DEPARTMENT POLICY AGREEMENT SUBJECT: PURPOSE OF POLICY: Town of Atkinson Wrecker Service Agreement To establish requirements of wrecker services used by the Town of Atkinson. TABLE OF CONTENTS: I. SERVICE DEFINED II. III. IV. INSURANCE 24-HOUR TOWING SERVICE NO SUB-CONTRACTING OF SERVICE V. MAINTENANCE OF PROPER EQUIPMENT AND RECORDS VI. VII. TERMINATION OR SUSPENSION OF SERVICE FEES AND REIMBURSEMENTS VIII. RESPONSE TIME IX. STORAGE OF VEHICLES X. CHARACTER XI. XII. PREFERENCE AGREEMENT PERIOD XIII. APPOINTMENT OF CONTRACTORS XIV. ROTATION XV. ABANDONED MOTOR VEHICLES XVI. PRIVATE CALLS FOR TOWING SERVICE XVII. TOWN VEHICLES 1

APD POLICY AGREEMENT CONT D Page 2 I. SERVICE DEFINED Service within the meaning of this agreement shall be defined as removal of disabled or impounded vehicles to a second lot. II. INSURANCE A. The towing contractor hereby agrees to maintain insurance as follows: 1. Comprehensive General Liability Insurance with limits not less than $1,000,000.00 per occurrence for bodily and personal injury, and $1,000,000.00 per occurrence for property damage subject to an annual aggregate limit of $1,000,000.00 with automobile liability insurance with limits of $1,000,000.00 per occurrence for bodily injury and $1,000,000.00 per occurrence for aggregate limit subject to the following: a. Cover all operations, including the use of any and all motor vehicles and premises as a continuing performance of the contracted services; b. Personal injury coverage; B. Insurance Certificates Insurance Certificates evidencing the above coverage shall be furnished to the Police Department and Town of Atkinson Financial Office, Attention: Bookkeeper on or before the effective date of contractor service and shall provide for not less than 30 days prior notice to the Police Department of any cancellations or changes in the policies. C. Indemnification - The Towing Contractor agrees to indemnify the Town of Plaistow from and against all claims, suits, damages, costs, losses, attorney s fees and expenses in any manner arising out of or connected with services provided under this Atkinson Police Department Agreement. 2

APD POLICY AGREEMENT CONT D Page 3 III. 24-HOUR TOWING SERVICE a. The contractor agrees to maintain the towing service on a 24-hour per day basis. The Chief of Police may waive the 24-hour service at the request of the wrecker service; b. The contractor agrees to transport any and all vehicles to the body shop, garage, or private residence selected by the owner who is conscious and capable of such selection on the scene of the accident or incident, otherwise, the vehicle will be towed to the wrecker service place of business. The maximum charge for towing to the wrecker company lot (via flatbed) is $125.00. The maximum charge for towing to wrecker company lot (via wrecker) is $100.00. Towing charges to locations other than the Towing Company lot and Police Impound lot are to be worked out between the parties. c. The contractor agrees and understands that the Police Department maintains its own Impound Lot. When necessary or when directed by officers/dispatchers, the contractor agrees to remove vehicles to the Police Impound Lot with placement of vehicles inside the enclosure. The Department agrees not to release any impounded vehicle unless proof of payment for all reasonable charges is provided. The maximum charge for towing to the Police Department Impound lot (either flatbed or wrecker) is $125.00. d. The contractor agrees and understands that the Department receives frequent lock-out complaints from citizens and that the Department will continue to perform service in emergency cases according to written policy. The contractor also agrees to service all other lock-out complaints during their particular rotation at a fee established by the company. 3

APD POLICY AGREEMENT CONT D Page 4 IV. NO SUB-CONTRACTING OF SERVICES a. The contractor and Police Department understand that, at times, the contractor s equipment may not adequately handle a particular call. The on-call contractor may contact another contractor on the Town s Tow List to assist him with the removal or he may contact another firm not on the list that specializes in large vehicle removal. The towed vehicle shall be removed from the scene to the original on-call contractor s yard unless the vehicle owner specifies otherwise. In any event, whenever the on-call contractor is called by the Police Department, he will respond to the scene, assess the needs, and appropriately handle the call. At no time will the on-call contractor subcontract any of the obligations or services by allowing independent contractors to take his place on the list. V. MAINTENANCE OF PROPER EQUIPMENT AND RECORDS a.. The contractor agrees to maintain a wrecker or flatbed with booms and/or cables with the capability to handle most vehicles which can be registered to operate on the ways of the State of New Hampshire. The wrecker shall also be equipped with a broom and shovel, and the operator will be responsible for cleaning the debris from the highway as prescribed by statute. The standard cost of cleanup at any accident scene is $30.00. However, exigent circumstances may require greater cleanup, resulting in a greater cost. Wreckers will meet all State of New Hampshire inspection and registration requirements. No dealer or repair plates are permitted. All owners and operators will comply with all New Hampshire RSAs regulating the use of wreckers and the towing of vehicles. VI. TERMINATION OR SUSPENSION OF SERVICE a. In case of non-compliance by the wrecker service of any section or subsection of this policy, the Chief of Police may revoke the wrecker service on the rotating wrecker list with (15) days notice by certified mail after review by the Town Administrator. b. In case of revocation by the Town of Atkinson, the contractor or wrecker Service waives any possible claim for damage. 4

APD POLICY AGREEMENT CONT D PAGE 5 VII. FEES AND REIMBURSEMENTS a. It is understood and agreed that the wrecker service shall charge the owner of the vehicle so towed and shall not charge the Town of Atkinson for services rendered on all vehicles towed to locations, other than the Police Department Impound Lot. The wrecker service is understood to have a lien on said vehicle under RSA 450; b. All vehicles towed pursuant to RSA 262:32, Section VI (Investigation), will be removed and stored at the owner s expense; c. If the owner of the vehicle towed and stored disputes the charges levied, the wrecker service will advise the owner of his or her rights to appeal pursuant to RSA 262:33 (Notice in Writing to the Chief of Police) after the charges have been paid. d. Prior to the removal of a towed vehicle from a contractor s storage yard, the owner or his designee must first obtain a Atkinson Police Officer s signature on a Release Form obtained from the contractor or at the Police Department. The contractor agrees to return to the Police Department the Release Form which will bear his signature, at the end of his rotation period. VIII. RESPONSE TIME It is understood and agreed that wrecker response is a critical factor. Therefore, both parties agree to a fifteen minute response time from time of notification by the dispatcher. IX. STORAGE OF VEHICLES All parties agree that towed vehicles and their contents must be protected. It is agreed that the Towing Company will provide a secured area (acceptable to the Police Chief or his Designee) at their facility for towed vehicles. Maximum outside storage fees at the Towing Company will be assessed at $45.00 per calendar day. 5

APD POLICY AGREEMENT CONT D Page 6 X. CHARACTER All applicants acknowledge that the Chief of Police must determine the suitability of the applicant and drivers that may be called upon to work for the Town of Atkinson to include conducting records checks. Therefore, the applicant must provide a list of all employees that may tow for the Town (including DOB s and SSN) annually (and new employees at hire date). Additionally, a criminal records check must be conducted pursuant to the applicable state statute. XI. PREFERENCE All parties agree that vehicle owners may prefer to request a specific towing company not on the list and, therefore, recognize their right to do so, providing it is not an impound situation. However, preference will not be given if the response time appears to be outside the fifteen minute time limit. XII. AGREEMENT PERIOD This towing agreement will remain in effect for the calendar year of the date of signature. The Town of Atkinson reserves the right to cancel this agreement with 30 days notice. XIII. APPOINTMENT OF CONTRACTORS Any firm or individual desiring to tow for the Town of Atkinson shall make application to the Atkinson Police Department on a form prescribed by the Chief of Police. The submitted application must be accompanied by all supporting documents required in this agreement. The Town Administrator and Chief of Police jointly shall determine who and how many contractors will tow for the Town of Atkinson. Further, it is agreed that no new approved tow company applicants can begin service without whichever comes sooner; 6 months notice or a new contract period. In any event, the Tow Lot and place of business must be in New Hampshire and contiguous to the Town of Atkinson. In 2005, C & C Towing has made an application dependent upon Planning Board approvals and any action required by it. They will be in the rotation once all Planning Board conditions and appeals are met. 6

APD POLICY AGREEMENT CONT D Page 7 XIV. ROTATION In the event of multiple tow companies, the rotation of coverage schedule shall be the responsibility of the Chief of Police or his/ her designee and may be revised at his discretion. XV. ABANDONED MOTOR VEHICLES The contractor agrees that, from time to time, the company may be called by the Police Department to remove abandon motor vehicles from private and public property. By statute, an abandoned motor vehicle is defined as a vehicle being left for more than 24 hours without the appropriate permission being granted. Also by statute, the last owner of record of a motor vehicle found abandoned shall be deemed prima facie to have been the owner at the time of abandonment. The owner may be cited by the Police Department and the court may levy towing and storage costs and the director may suspend the driver s license of any person who has not paid the cost. If the abandoned motor vehicle or the owner is not identified, pursuant to statute, the company may then proceed to secure title or ownership. At no time will the Police Department be financially responsible for costs associated with removal of abandoned motor vehicles. XVI. PRIVATE CALLS FOR TOWING SERVICE The Police Department and contractor understands that, from time to time, the contractor may receive a direct private call from parties desiring towing service with the Town of Atkinson. The Police Department agrees that the request for service, in most instances, is not of interest to the Department. However, the contractor agrees that if the vehicle is involved or has been involved in an accident of any sort, or is off the road, he/she must immediately contact the Police Department prior to removal. 7

APD POLICY AGREEMENT CONT D Page 8 XVII. TOWN VEHICLES The parties agree that fees for towing of town vehicles for any reason may be waived. XVIII. It is recognized that from time to time, emergency winch outs may be necessary. Recognizing that operators may not always be able to compensate immediately, the Police Department will reasonably assist the Towing Company in recovery of fees on Police Department towing. 8

ATKINSON POLICE DEPARTMENT VEHICLE RELEASE FORM NAME: PHONE: ADDRESS: VEHICLE INFORMATION REG.# MAKE: MODEL COLOR YEAR PLEASE BRING THIS RECEIPT AND PROPER IDENTIFICATION WHEN CLAIMING YOUR VEHICLE RELEASING OFFICER S SIGNATURE DATE & TIME OWNER S SIGNATURE TOWING AUTHORIZED SIGNATURE 9

ATKINSON POLICE DEPARTMENT VEHICLE RELEASE FORM NAME: PHONE: ADDRESS: VEHICLE INFORMATION REG#: MAKE: MODEL: COLOR: YEAR: PLEASE BRING THIS RECEIPT AND PROPER IDENTIFICATION WHEN CLAIMING YOUR VEHICLE. RELEASING OFFICER S SIGNATURE DATE & TIME OWNER S SIGNATURE TOWING AUTHORIZED SIGNATURE 10

TOWN OF ATKINSON WRECKER SERVICE CONTRACT This is to certify that C & C Towing has received a copy and will comply with the Wrecker Service Agreement. This Agreement covers the period of January 1, to December 31,. Town of Atkinson Town of Atkinson Atkinson Police Department Town Administrator Chief of Police Date: Towing Company Date: Revised: 11