93
REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage Services City of Orange Issue Date Thursday, March 4, 2021 Response Due Date/Time Thursday, April 1, 2021, by 2:00 PM PT CAUTION THIS DOCUMENT MUST REMAIN IN TACT

REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

REQUEST FOR PROPOSAL NO. 20-21.39FOR

Towing and Storage Services

City of Orange

Issue DateThursday, March 4, 2021

Response Due Date/TimeThursday, April 1, 2021, by 2:00 PM PT

CAUTION

THIS DOCUMENT MUST REMAIN IN TACT

Page 2: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 2 of 10

CITY OF ORANGE

REQUEST FOR PROPOSAL NO. 20-21.39

The City of Orange is soliciting proposals from qualified consulting firms to provide Towing andStorage Services.

This Request for Proposal is set out in the following format:

SECTION I - Introduction and Instructions to RespondersSECTION II - Proposal Response RequirementsSECTION III - Scope of WorkSECTION IV - Evaluation Process/Criteria for EvaluationSECTION V - Cost ProposalSECTION VII - Attachment A: Contract Process and Requirements for Official Police

Towing and Storage ServicesAttachment C: Cost Proposal for Towing and Storage ServicesAttachment B: Proposer’s Qualification StatementAttachment D: Sample of the Official Police Towing and Storage AgreementAttachment E: Orange Police Department Policy 502Attachment F: Standard Terms and ConditionsAttachment G: Certificate of Non-CollusionAttachment H: Insurance Requirements

Proposals are due by 2:00 P.M. PT, Date: 04/01/2021. Proposals must be submitted in sealedpackages. See complete instruction in Section I, Item C.

All questions and inquiries related to contract terms and conditions contained within this Requestfor Proposal (“RFP”) should be submitted by email to Wanda Alvarez, Purchasing Officer [email protected]. All questions and inquiries related to scope of work requirementscontained within this Request for Proposal (“RFP”) must be directed to Sergeant Trevor Cullen,714-744-7323, [email protected]. Responders shall not contact other city personnel withany questions or clarifications concerning this RFP.

The City Purchasing Officer will initiate all official communications concerning this RFP. Any cityresponse relevant to this RFP other than through, or approved by, the City’s Purchasing Officeris unauthorized and will be considered invalid.

Interested parties should subscribe to receive RFP updates and notifications via the City’s websitehttps://www.cityoforange.org/Bids.aspx?CatID=17 (two-step verification required) as well asemailing [email protected] to be added to the contact list for this specific RFP to receiveupdates, addendums, and additional information.

It is the responsibility of the interested parties to request being added to the bidder’s list and tocheck the website frequently to look for any additional updates.

Wanda Alvarez.Purchasing Officer

Page 3: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 3 of 10

TABLE OF CONTENTS

SECTION I: INTRODUCTION AND INSTRUCTIONS TO RESPONDERS

A. Introduction

B. Schedule

C. Instructions to Responders and Procedures for Submittal

SECTION II: PROPOSAL RESPONSE REQUIREMENTS

A. Cover Letter

B. Company Data

C. Certificate of Insurance

D. Validity of Proposal

E. Certification of Understanding

F. Statement of Compliance

G. Resumes & Qualifications of Responder’s Personnel

H. Work Plan

I. Fee

J. Related Experience and References

K. Resources to be Provided by the City

SECTION III: SCOPE OF WORK

SECTION IV: EVALUATION PROCESS/CRITERIA FOR EVALUATION

SECTION V: COST PROPOSAL

Page 4: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 4 of 10

SECTION I: INTRODUCTION AND INSTRUCTIONS TO RESPONDERS

A. Introduction

The City of Orange hereby invites qualified consulting firms to submit a proposal to Towingand Storage Services.

The Responder is expected to provide all the materials and services that will fulfill orexceed the requirements and conditions as set forth in this RFP.

B. Schedule

The City reserves the right to make changes to the below schedule, but generally plansto adhere to the implementation of this bid process as follows:

RFP released: Date: Thurs. 03/04/2021Deadline for receiving questions: Date: Thurs. 03/18/2021 5:00 pm P.T.Response to questions: Date: Thurs. 03/25/2021 5:00 pm P.T.Proposals due: Date: Thurs. 04/01/2021 2:00 pm P.T.Consultant selected: Date: TBDContract approved by City Council (if required): Date: Thurs. 07/01/2021

C. Instructions to Responders and Procedures for Submittal

1. All prospective Responders shall submit their proposals by the deadline either or bycourier or in person.

a. Proposals sent via courier or USPS mail, are to be properly identified on theoutside and are due by 2:00 P.M. PT on Thursday, 04/01/2021, and shall bedelivered in a sealed package(s) to:

RE: RFP No. 20-21.39City Clerk – Purchasing DivisionCity of Orange300 E. Chapman AvenueOrange, California 92866

b. If proposals are sent via Untied States Postal Service (USPS) mail, please beadvised that the City picks up mail from the Post Office at 7:00 am each work day.Delivery to a Post Office on the day prior to due date will not result in a timelysubmittal. Remember to ask the postal clerk for assistance.

c. Proposals must be clearly identified by proposal number and sent in a sealedpackage. It is the responsibility of the Responder to ensure timely delivery ismade to the City Clerk in the City of Orange.

2. Proposals must be valid for a period of 120 calendar days from the Closing Date andTime for Receipt of Proposals. No Proposal may be withdrawn after the submissiondate.

Page 5: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 5 of 10

3. Each Responder must provide three (3) bound copies and one (1) unbound copy ofits proposal, including a completed copy of the Requirements document; the Proposer’scompleted Vendor Cost Worksheet should be provided as a separate document (notbound with the other documents). One bound copy is to be clearly marked as “original”on the outside cover and contain an original signature. An electronic (soft) copy on aUSB drive or other standard digital storage device is also required, including allsubmission components; the Vendor Cost Worksheet must be provided in native Excelformat (not PDF).

4. All Proposals shall be submitted on standard 8.5 x 11 inch paper. All pages should benumbered and identified sequentially by section. Proposals must be tabbed and indexedin accordance with the information requested in Section II. It is imperative that allResponders responding to this RFP comply exactly and completely, with the instructionsset forth herein. All responses to this RFP shall be word processed (except whereotherwise provided or noted), concise, straightforward and must fully address eachrequirement and question.

5. The Responder’s Proposal must not be marked as confidential or proprietary. The Citymay refuse to consider a Proposal so marked. Information in Proposals shall becomepublic property and subject to disclosure laws. All Proposals shall become the propertyof the City. The City reserves the right to make use of any information or ideas in theProposals.

6. By submitting a Proposal, the Responder represents that it has thoroughly examined andbecome familiar with the work required under this RFP and that it is capable of providingand performing quality work to achieve the City objectives.

7. Pre-contractual expenses are defined as expenses incurred by the Responder in:

8. preparing its Proposal in response to this RFP;

9. submitting that Proposal to the City;

10. negotiating with the City any matter related to the Responder’s Proposal; and

11. any other expenses incurred by the Responder prior to the date of award and execution,if any, of the Agreement.

a. The City shall not, in any event, be liable for any pre-contractual expenses incurredby Responders in the preparation of their Proposal.

12. Each Responder must submit its Proposal in strict accordance with all requirements of thisRFP and compliance must be stated in the Proposal. Deviations, clarifications, and/orexceptions must be clearly identified and listed separately as alternative items for theCity’s consideration.

13. Each Responder is encouraged to be responsive to the requirements stated in this RFP.If, however, any Responder feels that it can offer substantial cost/benefit and/orperformance advantages, the City of Orange will consider and may accept alternateProposals. Alternate Proposals must specify how they deviate from the requirements and

Page 6: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 6 of 10

describe cost reduction or other benefits to be achieved. Alternate Proposals must besubmitted as separate Proposals clearly marked “alternate” on the outside cover.

14. After the Closing Date and Time for Receipt of Proposals, evaluation and proposalclarification will commence.

15. In the event the City deems it necessary to clarify or make any changes to this RFP, thesechanges shall be made in the form of a written addendum authorized and issued only bythe City Purchasing Officer or authorized designee.

16. The City reserves the right to negotiate modifications with any Responder as necessaryto serve the best interest of the City. Any Proposal may be rejected if it is conditional,incomplete or deviates from specifications in this request. The City reserves the right towaive, at its discretion, any procedural irregularity, immaterial defects or otherimproprieties, which the City deems reasonably correctable or otherwise not warrantingrejection of the Proposal. Any waiver will not excuse a proponent from full compliance.

17. The City reserves the right to:

negotiate the final Agreement with any Responder(s) as necessary to serve thebest interest of the City of Orange;

withdraw this RFP at any time without prior notice and, furthermore, makes norepresentations that any contract will be awarded to any Responder respondingto this RFP; or

award its total requirements to one Responder or to apportion thoserequirements among two or more Responders as the City may deem to be in itsbest interest.

In addition, negotiations may or may not be conducted with Responders; therefore,the Proposal submitted should contain the Responder’s most favorable terms andconditions, since the selection and award may be made without discussion with anyResponder.

18. Where two or more Responders desire to submit a single proposal in response to thisRFP, they should do so on a prime/sub-contractor basis rather than as a joint venture.The City intends to contract with a single firm and not with multiple firms doing businessas a joint venture

Page 7: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 7 of 10

SECTION II: PROPOSAL RESPONSE REQUIREMENTS

Proposals should be prepared simply and economically, providing a straightforward, concisedescription of capabilities to satisfy the requirements of the RFP. Emphasis should be oncompleteness and clarity of content with sufficient detail to allow for accurate evaluation andcomparative analysis. Responses must provide the required information in the following order foreach underscored item: Responders shall respond by repeating the section and sub-sectionsnumber(s) and statement/question and by providing the appropriate response hereunder.

A. Cover Letter

All Proposals must be accompanied by a cover letter, signed by an individualauthorized to bind the proposing entity. An unsigned Proposal submission isgrounds for rejection.

B. Company Data

Each Responder shall submit the following information:

1. State the company's official name and address and the names and titles ofits principal officers; indicate what type of entity, such as corporation,partnership, joint venture, sole proprietorship, etc. and indicate if the firm isincorporated.

2. Provide the firm's Federal Employer I. D. Number.

3. Provide the name and address of the person to receive notices who isauthorized to make decisions and represents the company. Specify in whatcapacity the person shall be representing the entity and any limitations totheir authority.

4. Furnish the complete firm's address for any mailed funds.

5. State any failures or refusals to complete any contracts and a completeexplanation.

6. Indicate the number of years in business under the present business name.

7. Indicate the number of years of the firm's experience in providing required,equivalent or related products and services.

8. Submit a detailed statement indicating whether the Responder is totally orpartially owned by another business organization or individual that will beproviding the services to meet the requirements of the Proposal.

9. Submit a detailed statement indicating whether the Responder totally orpartially owns any other business organization that will be providing theservices to meet the requirements of the Proposal.

C. Certificate of Insurance

Page 8: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 8 of 10

The Responder shall demonstrate the willingness and ability to provide therequired insurance coverage as set forth by City requirements within ten calendardays of notification of selection for award of this Agreement.

D. Validity of Proposal

The Responder shall state the length of time for which the submitted Proposal shallremain valid. The City requires a period of at least 120 calendar days.

E. Certification of Understanding

The City assumes no responsibility for any understanding or representation madeby any of its officers or agents during or prior to the execution of any Agreementresulting from this RFP unless:

1. such understanding or representations are expressly stated in the Agreement;and

2. the Agreement expressly provides that the responsibility therefore is assumedby the City. Representations made but not so expressly stated and for whichliability is not expressly assumed by the City in the Agreement shall bedeemed only for the information of the Responder.

F. Statement of Compliance with Agreement's Articles/Terms and Conditions

Include either a statement of compliance with all parts of this Request forProposals and/or a listing of exceptions and suggested changes.

1. Proposal must certify either (a) or (b) below:

a) This Proposal is in compliance with said Request for Proposalinformation.

b) This Proposal is in compliance with said Request for Proposalinformation, except for those proposed exceptions listed in aseparate attachment hereto.

2. The attachment must include, for each proposed exception:

a) the suggested rewording;

b) reasons for submitting the proposed exception; and

c) any impact the proposed exception may have on cost, schedulingor other areas.

G. Resumes and Qualifications of Responder's Personnel

Provide the resumes of the project manager and key personnel who will beassigned to this project. Resumes shall contain information relating to eachperson's education, experience or training in the area covered within this proposal.

Page 9: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 9 of 10

H. References

The Responder shall include at a minimum, a list of three applicable, preferablylocal government references.

I. Work Plan

List all tasks, major project milestones, approximate number of weeks to completeeach task, and anticipated completion timeframe to complete the study. Describehow each task is to be accomplished, and identify team members responsible forcompletion of specific products that will be produced. The work plan shouldaddress and satisfy the objectives and specifications as listed in the Scope of Workin this RFP.

J. Fee

Provide the proposed cost in the cost proposal section.

K. Related Experience and References

Include a list of other user fee studies that were performed by the firm during thepast five years. In addition, the Responder shall provide at a minimum, a list offive applicable references, preferably located in California, municipalities orapplicable government operations, which were provided with these types ofservices.

L. Resources to be Provided by the City

List any resources, City assistance, or other items expected to be provided by theCity.

M. Evaluation Process and Criteria Process

A selection committee, made up of City staff, will make final recommendations forselection. The City reserves the right to reject any and all proposals and to makeits selection on a discretionary basis. However, the selection committee willevaluate proposals primarily on the criteria specified sin General Specifications.

N. Selection/Award Procedures

A Contract Agreement will be proposed for execution. It may be modified toincorporate other pertinent Articles/Terms and Conditions set forth in this RFP,including those added by addendum, and to reflect the Responder’s offer or theoutcome of contract negations, if any, conducted with the Responder’s.Exceptions to the terms and conditions of the proposed contract, or theResponder’s inability to comply with any of the provisions of the proposed contract,are the to be declared in the Proposal.

Page 10: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 10 of 10

SECTION III: SCOPE OF WORK

Official Police Towing Service (OPTS) refers to any towing company selected by the City to beused on-call and on a rotational basis for any police situation where a tow truck is required.Typical towing situations will include, but are not limited to: removing illegally parked vehicles,towing inoperative vehicles as a result of traffic collisions or mechanical breakdowns and storingor impounding of vehicles for investigations, evidence or violation of law. The towing service mustprovide towing and storage services 24 hours a day, 7 days a week, 365 days a year.

The towing service must maintain adequate authorized personnel, equipment and facilities at alltimes during the duration of the agreement period.

See attachments for exact qualifications:Attachment A: Contract Process and General Requirements for Official Police Towing and

Storage ServicesAttachment D: Sample of the Official Police Towing and Storage AgreementAttachment E: Orange Police Department Policy 502

SECTION IV: EVALUATION PROCESS/CRITERIA FOR EVALUATIONAll prospective tow companies meeting the general requirements will be inspected and evaluatedwithin twenty (20) days of receipt of all completed RFP’s. A committee of Police Department andCity personnel will examine the proposals for completeness of information and requiredattachments. The committee will visit and inspect the proposer’s trucks and facility.

The committee will score each proposal using the following categories and points:

1. Service Requirements 25 Points2. Facility and Equipment Requirements 25 Points3. Qualifications of Personnel 20 Points4. Prior Experience 10 Points5. Accident and Damage Claims History 10 Points6. References 10 Points

MAXIMUM TOTAL POINTS = 100 Points

SECTION V: COST PROPOSALSee Attachment C Current Fee Schedule for Contracted Tow Companies.

SECTION VII: ATTACHMENTSAttachment A: Contract Process and Requirements for Official Police Towing and Storage

ServicesAttachment C: Cost Proposal for Towing and Storage ServicesAttachment B: Proposer’s Qualification StatementAttachment D: Sample of the Official Police Towing and Storage AgreementAttachment E: Orange Police Department Policy 502Attachment F: Standard Terms and ConditionsAttachment G: Certificate of Non-CollusionAttachment H: Insurance Requirements

Page 11: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 1 of 2 Attachment A

Orange Police Tow Contract Processand Requirements

For the contract period of July 1, 2021-July 1, 2024

The below list includes the primary requirements a tow company musthave to even apply for the tow contract. There are many more rulesand regulations that must be followed that will be in the contract. Wewould like to have the opportunity to meet with prospective companiesso that we can answer any questions. Can an RFP be made and sent totow companies in the City of Orange.

Scope of Services:

The towing service shall possess a valid City of Orange Business License.

Towing companies shall provide a business office (billing site) including storageyard for contract administration purposes and the release of vehicles. This officeShall be located in the City of Orange (no exceptions) and shall be staffed byeither the contractor or a person who has the authority to conduct business andmake decisions on behalf of the contractor. The office shall be open and staffedduring the hours of 8:00am – 5:00pm Monday through Friday (excludingHolidays).

The towing service must have an inside enclosure for the purpose of vehiclesimpounded for evidence. This area must contain four walls, a roof and a doorwith a locking device.

Open air storage areas must have at least a 6 foot block wall or non climbabledesign or chain link fence. A minimum of three strands of barbed wire or razorribbon around the entire fenced area. Maximum gap between the bottom of thefence/gate and pavement/ground is 2 inches. The bottom of the fence shall bereinforced with approximately 9 gauge or stronger wire to discourage accessunderneath. At least one gate or door that will allow access to the lot and anadequate locking device. There shall be adequate lighting to illuminate the entirestorage lot as well as all structures thereon. Yard and enclosure specificationsshall meet the approval of the planning department, crime prevention bureau andtow officer.

The tow service shall render 24 hour, 7 day a week towing service and the serviceshall include the entire City limits of the City of Orange.

The tow service shall have a minimum of one driver on duty at all times. Thereshould also be at least one driver on stand by at all times.

Page 12: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 2 of 2 Attachment A

The towing service respond time to the scene shall be within 20 minutes; except,for big rigs who’s maximum response time is 45 minutes.

The tow service is required to have an FCC license for a master controldispatching radio. This unit shall be manned 24 hours per day.

Telephone must be manned 24 hours per day by an on-duty employee. Telephoneanswering services are not allowed

The towing service shall maintain a minimum of two trucks with a manufacturersgross vehicle weight rating of 10,000 to 19,500 pounds with wheel lift capability.

The towing service shall maintain at least one tow truck with a manufacturersgross vehicle weight rating of 19,501 to 33,000 pounds. The trucks shall becapable of providing air to the vehicle.

The tow service shall maintain at least one three axle tow truck with amanufacturers gross vehicle weight rating of at least 33,000 pounds. The trucksshall be equipped with air brakes and must be capable of providing air to thetowed vehicle.

The towing service may maintain at least one three axle tow truck with amanufacturers gross vehicle weight rating of at least 55,000 pounds. This truckshall be equipped with air brakes and must be capable of providing air to thetowed vehicle.

The towing service office (including all tow company records, yard and towtrucks can be inspected by members of the Police Department at any time withoutprior notification.

All drivers must obtain an operators permit from the business license division ofthe finance department in accordance with Orange Municipal Code sections5.76.010 – 5.76.050. This process will include a background investigation bymembers of the Orange Police Department.

Page 13: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 1 of 36 Attachment B

ATTACHMENT B

PROPOSER'S QUALIFICATIONS STATEMENT

All responses must be typewritten or printed legibly in blue ink. When additional space is needed toexplain an answer, attach sheets as necessary. In Section 19 of this form, list and describe eachattachment. Failure to (1) complete this form, (2) return it, or (3) attach a required document may renderthe Proposal non-responsive.

NAME OF COMPANY: ____________________________________________

1. BUSINESS ORGANIZATION I STRUCTURE

1.1 Your firm is a: Corporation

Limited Liability Company

Sole Proprietorship

General or Limited Partnership

Other:

1.2 If your firm is a corporation, answer the following:

1.2.1 Date of incorporation: _________________________________________

1.2.2 State of incorporation: _________________________________________

1.2.3 Corporate ID number: __________________________________________

1.2.4 President's name: _____________________________________________

1.2.5 Vice President's name: _________________________________________

1.2.6 Secretary's name: ____________________________________________

1.2.7 Treasurer's name: _____________________________________________

1.2.8 Agent for Service of Process: _____________________________________

1.2.9 Agent's Address: _______________________________________________

1.2.10 Is your firm a publicly traded corporation?

Yes No

1.2.11 For any person, firm or entity who owns 25% or more of the corporation's stock,identify the individual, firm or entity and the corresponding percentage ofownership.

Name:____________________________________ Percent: __________

Name: ____________________________________ Percent: __________

Name: ____________________________________ Percent:___________

Page 14: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 2 of 36 Attachment B

1.3 If your firm is a limited liability company, answer the following:

1.3.1 Date of formation: _____________________________________________

1.3.2 State of formation: _____________________________________________

1.3.3 Secretary of State's File or ID number: ______________________________

1.3.4 Chief Executive Officer's name: ____________________________________

1.3.5 Name of Manager(s):

_________________________________________________________________

_________________________________________________________________

_________________________________________________________________

1.3.6 Agent for Service of Process: __________________________________________

1.3.7 Agent’s Address: _______________________________________________

1.3.8 For any person, firm or entity whose ownership or membership interest inthe company exceeds 25%, identify the individual, firm or entity and thecorresponding percentage of ownership or membership:

Name: _________________________________ Percent: __________

Name: _________________________________ Percent: __________

Name: _________________________________ Percent: __________

Name: _________________________________ Percent: __________

1.4 If your firm is a partnership, answer the following:

1.4.1 Date of formation: ______________________________________________

1.4.2 Type of partnership (General, Limited, LLP): __________________________

1.4.3 Secretary of State's Registration or ID number: _______________________

1.4.4 List the name of the General Partner(s) and any individual who has any equityinterest in the partnership:

1.4.5 List jurisdictions in which your firm's fictitious name (dba) is filed:

__________________________________________________________________

__________________________________________________________________

__________________________________________________________________

Page 15: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 3 of 36 Attachment B

1.5 If your firm is individually owned (a sole proprietorship), answer the following:

1.5.1 Date your firm started: ________________________________________________

1.5.2 Name of owner: ______________________________________________________

1.5.3 List jurisdictions in which your firm’s fictitious name (dba) is filed:

_______________________________________________________________________

_______________________________________________________________________

1.6 If your firm is other than the type listed above, such as a joint venture, consortium, trust,association or other combination, describe the business organization or structure, identify theprincipals, and list their corresponding percentage of ownership or control:

1.6.1 Description of business organization or structure:

____________________________________________________________________

____________________________________________________________________

____________________________________________________________________

1.6.2 Principals and their corresponding percentage of ownership or control:

Name: Percent:

Name: Percent:

Name: Percent:

Name: Percent:

2. OWNERSHIP AND NAME CHANGES

2.1 How many years has your firm been in business under its present name? _________

2.2 In the past five years, has your firm changed names?

Yes No

If Yes, list all prior names, addresses, and the dates they were used. Explain the reasonfor each name change:

2.2.1 Prior name: __________________________________________________________

2.2.2 Address: ____________________________________________________________

2.2.3 Reason name changed: ________________________________________________

____________________________________________________________________

2.2.4 Starting/ending dates of prior name: ____________________/_________________

Page 16: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 4 of 36 Attachment B

2.2.5 Prior name: ______________________________________________________

2.2.6 Address: _________________________________________________________

2.2.7 Reason name changed: _____________________________________________

2.2.8 Starting / ending dates of prior name: ______________/___________________

2.3 Is your firm a subsidiary, parent, holding company, or affiliate of another firm?

Yes No

If Yes, explain the relationship between your firm and the associated firms. Includeinformation about an affiliated firm only if one firm owns 50% or more of another firm, or if anowner, partner or officer of your firm holds a similar position in another firm:

2.3.1 Associated firm's name: ____________________________________________

2.3.2 Address: _________________________________________________________

2.3.3 Relationship between your firm and the associated firm:

2.3.4 Principals and their corresponding percentage of ownership or control:

Name: Percent:

Name: Percent:

Name: Percent:

Name: Percent:

2.3.5 Associated firm's name: ____________________________________________2.3.6 Address: _________________________________________________________

2.3.7 Relationship between your firm and the associated firm:

2.3.8 Principals and their corresponding percentage of ownership or control:

Name: Percent: _____________

Name: Percent: _____________

Name: Percent: _____________

Name: Percent: _____________

Page 17: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 5 of 36 Attachment B

3. LICENSING

For the following questions, the term “owner” does not include owners of stock in your firm if yourfirm is a publicly traded corporation.

3.1 Are any of your firm's licenses held in the name of a corporation or partnership?

Yes No

If Yes, list below the name of the corporation or partnership that actually holds the license:

3.1.1 Corporation's or partnership's name:

3.2 List jurisdictions in which your firm is legally qualified to do business, provide license orregistration number, and set forth the type of license. Attach additional sheets asnecessary.

3.2.1 Jurisdiction: __________________________________________________________

3.2.2 License or registration number: __________________________________________

3.2.3 Type of license: _______________________________________________________

3.2.4 Jurisdiction: __________________________________________________________

3.2.5 License or registration number: __________________________________________

3.2.6 Type of license: _______________________________________________________

3.2.7 Jurisdiction: __________________________________________________________

3.2.8 License or registration number; __________________________________________

3.2.9 Type of license: _______________________________________________________

3.3 In the past seven years, has your firm or any of its owners, partners, officers, or employeesbeen investigated, cited, assessed any penalties, subject to any disciplinary action by alicensing agency, or found to have violated any licensing laws or regulations?

Yes No

If Yes, identity the licensing agency, type of license, date and reason for the disciplinaryaction. Attach additional sheets as necessary.

3.3.1 Licensing Agency: _____________________________________________________

3.3.2 Type of license: _______________________________________________________

3.3.3 Date of disciplinary action: ______________________________________________

3.3.4 Reason for disciplinary action: ___________________________________________

Page 18: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 6 of 36 Attachment B

3.3.5 Licensing Agency: __________________________________________________

3.3.6 Type of license: ____________________________________________________

3.3.7 Date of disciplinary action: ___________________________________________

3.3.8 Reason for disciplinary action: ________________________________________

3.3.9 Licensing Agency: __________________________________________________

3.3.10 Type of license: ____________________________________________________

3.3.11 Date of disciplinary action: ___________________________________________

3.3.12 Reason for disciplinary action: ________________________________________

4. EXPERIENCE AND PERFORMANCE HISTORY

For the following questions, the term "owner" does not include owners of stock in your firm if your firmis a publicly traded corporation.

4.1 How many years has your firm been in business as a Tow Service?

4.2 In the past five years, has any of your firm's owners, partners, or officers operated a similartowing business?

Yes No

If Yes, list the business' name and address, and the person who operated the business.Attach additional sheets as necessary.

4.2.1 Tow business name:

4.2.2 Address:

4.2.3 Name of your firm’s owner, partner or officer who operated other towing business:

4.2.4 Starting / ending dates of ownership: _____________________/_______________

4.2.5 Tow business name:

4.2.6 Address:

4.2.7 Name of your firm’s owner, partner or officer who operated other towing business:

4.2.8 Starting / ending dates of ownership: ____________________/________________

Page 19: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 7 of 36 Attachment B

4.3 Does your firm currently dismantle vehicles or have a salvage operation?

Yes No

4.4 Does your firm currently own or operate any other business? Yes No

If Yes, list the business' name and address, and the person who operates the business.Attach additional sheets as necessary.

4.4.1 Business name: ___________________________________________________

4.4.2 Address: _________________________________________________________

4.4.3 Person's name who operates business: __________________________________

4.4.4 Description of business: _______________________________________________

4.4.5 Business name: _______________________________________________________

4.4.6 Address: ____________________________________________________________

4.4.7 Person's name who operates business: __________________________________

4.4.8 Description of business: _______________________________________________

4.5 List the government entities for which your firm has performed towing, storage, lien saleservices, whether or not under contract or as an Official Police Tow Service. Provide the nameand telephone number of the person within the government entity who is most familiar withyour performance of the services (i.e., "Contact Person"). Attach additional sheets asnecessary.

4.5.1 Government entity’s Name: __________________________________________

4.5.2 Services that your firm provided: ______________________________________

________________________________________________________________

4.5.3 Starting / ending dates of services: ___________________/_________________

4.5.4 Was your firm:

Selected by a bid or RFP? Yes No

Under a contract or agreement? Yes No

4.5.5 Contact Person: ___________________________ Phone Number: _____________

4.5.6 Government entity’s Name: __________________________________________

4.5.7 Services that your firm provided: ______________________________________

_________________________________________________________________

4.5.8 Starting / ending dates of services: ___________________/_________________

Page 20: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 8 of 36 Attachment B

4.5.9 Was your firm:

Selected by a bid or RFP? Yes No

Under a contract or agreement? Yes No

4.5.10 Contact Person: ___________________________Phone Number: ____________

4.5.11 Government entity’s Name: __________________________________________

4.5.12 Services that your firm provided: ______________________________________

________________________________________________________________

4.5.13 Starting / ending dates of services: _________________/___________________

4.5.14 Was your firm:

Selected by a bid or RFP? Yes No

Under a contract or agreement: Yes No

4.5.15 Contact Person: __________________________Phone Number: _____________

4.6 List the size and volume (by number of vehicles) of business that your firm performed fortowing, storage, and lien sale processing for the years below:

2016 2017 2018 2019 2020

Towing ____ ____ ____ ____ ____

Storage ____ ____ ____ ____ ____

Lien Sales ____ ____ ____ ____ ____

4.7 Describe your firm’s lien-sale experience in terms of knowledge, financial resources,personnel, and procedures used in the processing and disposing of vehicles in accordancewith California’s laws. Attach additional sheets as necessary.

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

Page 21: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 9 of 36 Attachment B

4.8 Describe the extent of your firm’s experience or involvement in any other towing-servicebusiness, salvage business, transport business, vehicle repossession business, or vehicle-related business; and list the dates and duration of the services provided. Attach additionalsheets as necessary.

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

4.9 Describe the extent of your firm’s business experience in any field, which would indicate yourfirm’s ability to successfully operate a regulated or complex business. Attach additionalsheets as necessary.

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

Page 22: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 10 of 36 Attachment B

5. EQUIPMENT

5.1 For each piece of towing equipment below, (1) list the requested information, and (2) attach aphotograph of each tow unit:

Year Make Tow Unit’s Equipment/ToolsManufactured Manufacturer Kept on Vehicle

FLATBEDCARRIER: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

CLASS ATOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

CLASS BTOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

CLASS CTOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

Page 23: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 11 of 36 Attachment B

Year Make Tow Unit’s Equipment/ToolsManufactured Manufacturer Kept on Vehicle

CLASS DTOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

__________ _______________ _______________ _____________

5.2 Does your firm lease, loan, or rent its tow units to any other towing firm?

Yes No

If Yes, identify the person or company to whom your firm leases, loans, or rents its tow units,and describe the details of your firm’s lease, loan, or rental arrangement with the otherperson or company. Attach additional sheets as necessary.

_____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

5.3 If your firm does not have “Heavy Duty” or “Super Heavy Duty” (i.e., Class C or Class D) towtrucks, (1) identify the subcontractor(s) whom your firm uses, (2) attach a photograph of eachtow trucks, and (3) list the equipment:

5.3.1 Subcontractor’s Name: ___________________________________________

5.3.2 Address where tow units kept: ______________________________________

5.3.3 Contact Person: _____________________Phone Number ________________

Year Make Tow Unit’s Equipment/ToolsManufactured Manufacturer Kept on Vehicle

CLASS CTOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

CLASS DTOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

Page 24: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 12 of 36 Attachment B

5.3.4 Subcontractor’s Name: ___________________________________________

5.3.5 Address where tow units kept: ______________________________________

5.3.6 Contact Person: _____________________Phone Number ________________

Year Make Tow Unit’s Equipment/ToolsManufactured Manufacturer Kept on Vehicle

CLASS CTOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

CLASS DTOW: __________ _______________ _______________ _____________

__________ _______________ _______________ _____________

6. PERSONNEL

6.1 At present, how many people (whether paid or unpaid) work at your firm? _________________

6.2 Does your firm have an agreement or an arrangement with any other towing firm to loan orshare your firm's employees?

Yes No

6.3 For each employee whose function is described below, list the requested information.

Name (Last, First, Middle) Date Last Trained Date of Hire Driver’s License #

DISPATCHER:

Page 25: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 13 of 36 Attachment B

Name (Last, First, Middle) Date Last Trained Date of Hire Driver’s License #

TOW TRUCKDRIVER: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

LIEN-SALE ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

Page 26: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 14 of 36 Attachment B

Name (Last, First, Middle) Date Last Trained Date of Hire Driver’s License #

SECURITY: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________VEHICLE

STORAGE: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

RELEASE OFVEHICLES: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

Page 27: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 15 of 36 Attachment B

Name (Last, First, Middle) Date Last Trained Date of Hire Driver’s License #CUSTOMERSERVICE: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________OFFICESUPPORT: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ ____________EMERGENCYOR AFTER-HOURS: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

OTHERPERSONNEL: ___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

___________________ _____________ _________ _____________

Page 28: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 16 of 36 Attachment B

6.4 Attach a resume of the owner and on-site manager of the tow company.

6.5 When your firm submits this Proposal, if your firm does not have the personnelrequired by the RFP and the Contract, the following information must be provided.For each employee whom your firm intends to hire to fulfill and perform the services,describe below your firms plan for hiring personnel, qualification standards, trainingprogram or process, and date when the hiring process will be completed. Attachadditional sheets as necessary.

_______________________________________________________________________

_______________________________________________________________________

______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

7. EMPLOYEE SAFETY AND TRAINING

7.1 Does your firm have a written Injury and Illness Prevention Program (“IIPP”) thatcomplies with California’s Code of Regulations, Title 8, Section 3203, or any otherwritten policy manual for your employees’ safety?

Yes No

7.2 Does your firm have a written policy for handling, transporting, and disposing ofhazardous materials?

Yes No

7.3 Does your firm have a training program for new employees?

Yes No

Page 29: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 17 of 36 Attachment B

7.4 Does your firm have annual or biennial training for its tow unit operators?

Yes No

7.5 In the past five years, has your firm’s employees suffered any work-related fatalities?

Yes No

If Yes, list the date; describe the facts and circumstances about each instance; identity anygovernmental entity that issued a citation or notice of violation; list the date, court and casenumber of any criminal action or civil suit arising out of each instance; and set forth thestatus, outcome or disposition of the citation, notice of violation, criminal action or civil suit.Attach additional sheets as necessary.

________________________________________________________________________________

___________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

7.6 In the past five years, has your firm received an OSHA or Cal/OSHA citation or notice ofviolation?

Yes No

If Yes, list the date; describe the facts and circumstances about each instance; identity anycitation or notice of violation that the agency issued; list the date, court and case number ofany criminal action or civil suit arising out of each instance; and set forth the status, outcomeor disposition of the citation, notice of violation, criminal action or civil suit. Attach additionalsheets as necessary.

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

Page 30: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 18 of 36 Attachment B

8. SECURITY AND SAFEKEEPING

8.1 The RFP and the Contract require that the Proposer provide a safe and secure:Business Office, Storage Lot, and Police Hold Storage Area in the City of Orange. Pleaseplace an "X" below for each security device or measure in operation for each location:

Business Primary Police HoldStorage Vehicle Storage

Office Lot Area

SURVEILLANCECAMERA:

ALARMSYSTEM:

FLOODLIGHTS:

PERIMETERFENCE OR WALL:

GUARD ORWATCH PERSON

GUARDDOG:

DRIVE BY SECURITYCOMPANY PATROL:

8.2 In the past five years, have any crimes occurred or been attempted at your firm's BusinessOffice, Primary Storage Lot, Secondary Storage Lot, or Police Hold Vehicles Storage Area?

Yes No

If Yes, list the date, identify the location, and describe the facts and circumstances abouteach instance. Attach additional sheets as necessary.

Page 31: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 19 of 36 Attachment B

9. FINANCIAL RESOURCES AND RESPONSIBILITY

9.1 A letter of reference from a bank or other financial institution must accompany thisProposal. Financial statements from 2016 through 2020 must be included. This informationwill be used only for the purpose of determining whether the Proposer has sufficient financialresources to perform the requested services.

Please place an "X" below for each year that your firm has attached a financial statement:

9.1.1 2016:__________

9.1.2 2017:__________

9.1.3 2018:__________

9.1.4 2019:__________

9.1.5 2020:__________

9.1.6 Is a letter of reference from the bank or other financial institution attached to thisProposal?

Yes No

9.2 In the past seven years, has your firm, or anyone else acting on behalf of your firm, filedfor bankruptcy, insolvency, receivership, or reorganization?

Yes No

If Yes, list the filing date, identify the court and case number, describe the facts andcircumstances giving rise to each instance, and set forth the disposition or current status.Attach additional sheets as necessary.

Page 32: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 20 of 36 Attachment B

9.3 In the past five years, has your firm had any consolidations, mergers, acquisitions, closings,layoffs, or staff reductions? Y e s N o

If Yes, list the date, and describe the facts and circumstances about each instance. Attachadditional sheets as necessary.

9.4 Is your firm in the process of, or in negotiations toward: (a) consolidating, merging, selling, orclosing its towing business, or (b) laying off employees or reducing staff?

Yes No

If Yes, describe the transaction; list the anticipated date for completing the transaction,laying off employees, or reducing staff; and describe the facts, circumstances, and reasonsfor taking the action. Attach additional sheets as necessary.

Page 33: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 21 of 36 Attachment B

10. BID REJECTION AND CONTRACT TERMINATION

For the following questions, the term "owner" does not include owners of stock in your firm ifyour firm is a publicly traded corporation.

10.1 Has a government entity or a client ever rejected your firm's Bid or Proposal for services?

Y e s N o

If Yes, list the date, and describe the facts and circumstances about each instance. Attach additionalsheets as necessary.

10.2 Has a government entity or a client ever determined that your firm is a non-responsible bidderor contractor? Yes No

If Yes, list the date, and describe the facts and circumstances about each instance. Attachadditional sheets as necessary.

Page 34: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 22 of 36 Attachment B

10.3 Has a government entity or a client ever debarred or suspended your firm frombidding or contracting?

Yes No

If Yes, list the date, and describe the facts and circumstances about each instance. Attachadditional sheets as necessary.

10.4 Has your firm ever failed to fulfill or perform, either partially or completely, a contractor an agreement with a government entity or a client?

Yes No

If Yes, list the date, and describe the facts and circumstances about each instance. Attachadditional sheets as necessary.

Page 35: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 23 of 36 Attachment B

10.5 In the past five years, has any officer or principal of your firm been an officer ofanother firm which failed to perform a contract or agreement?

Yes No

If Yes, list the date, and describe the facts and circumstances about each instance. Attachadditional sheets as necessary.

10.6 Has a government entity or a client ever terminated, suspended, or non-renewedyour firm's contract or agreement before its completion?

Yes No

If Yes, list the date, and describe the facts and circumstances about each instance. Attachadditional sheets as necessary.

Page 36: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 24 of 36 Attachment B

10.7 Has a government entity or a client ever notified or advised your firm that itsperformance under a contract or agreement is poor, sub-standard, or non-compliant?

Yes NoIf Yes, list the date, and describe the facts and circumstances about each instance.Attach additional sheets as necessary.

10.8 In the past five years, has your firm paid, or has your firm been assessed, liquidateddamages on a contract or agreement?

Yes No

If Yes, list the date, and describe the facts and circumstances about each instance. Attachadditional sheets as necessary.

Page 37: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 25 of 36 Attachment B

10.9 In the past five years, has your firm or any of its owners, partners, officers or employees beenconvicted of a crime related to the bidding of a government contract, the awarding of agovernment contract, or the performance of a government contract?("Convicted" includes a verdict of guilty by a judge or jury, a plea of guilty, a plea of nolocontendere, or a forfeiture of bail.)

Yes No

If Yes, identify the government entity; list the date, court and case number; describe thefacts and circumstances about each instance; and set forth the penalty or punishmentimposed. Attach additional sheets as necessary.

11. BUSINESS INTEGRITY

For the following questions, the term "owner" does not include owners of stock in your firm ifyour firm is a publicly traded corporation. The term "convicted" includes a verdict of guilty bya judge or jury, a plea of guilty, a plea of nolo contendere, or a forfeiture of bail.

11.1 In the past five years, has your firm or any of its owners, partners, officers, or employeesbeen convicted in a criminal action, or found liable in a civil suit, for making false claim(s) or materialmisrepresentation(s) to any government entity?

Yes No

If Yes, identify the government entity; list the date, court and case number; describe thefacts and circumstances about each instance; and set forth the outcome or disposition.Attach additional sheets as necessary.

Page 38: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 26 of 36 Attachment B

11.2 In the past five years, has your firm or any of its owners, partners, officers, or employees beenconvicted of a crime involving embezzlement, theft, fraud, forgery, bribery, deceptive or unlawfulbusiness practices, perjury, falsifying or destroying records or evidence, or receiving stolenproperty?

Yes No

If Yes, identify the crime or offense; list the date, court and case number; describe the facts andcircumstances about each instance; and set forth the penalty or punishment imposed. Attachadditional sheets as necessary.

11.3 Is a government entity currently investigating your firm or any of its owners, partners, officersor employees for making false claim(s) or material misrepresentation(s)?

Yes No

If Yes, identify the government entity, and describe the facts and circumstances about eachinstance. Attach additional sheets as necessary.

Page 39: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 27 of 36 Attachment B

11.4 In the past five years, has any government entity ever: (a) investigated, cited, disciplined, .orassessed any penalties against your firm or any of its owners, partners, officers, or employees,or (b) determined that your firm or any of its owners, partners, officers, or employees violatedany laws, rules, or regulations?

Yes No

If Yes, identify the government entity, l ist the date, and describe the facts andcircumstances about each instance. Attach additional sheets as necessary.

12. CLAIMS AND SUITS

For the following questions, the term "owner" does not include owners of stock in your firm if your firmis a publicly traded corporation.

12.1 In the past five years, has your firm or any of its owners, partners, officers, or employeesbeen a defendant in court on a matter related to:

12.1.1 The performance, non-performance, default, or breach of a contract or agreement?

Yes No

12.1.2 A vehicle collision or other accident involving your firm's tow truck operator?

Yes No

12.1.3 Damage to, or theft of, a customer's vehicle or its contents?

Yes No

12.1.4 Bodily injury or personal injury (libel, slander, false imprisonment) to a customer?

Yes No

12.1.5 Employment-related litigation brought by an employee of your firm?

Yes No

Page 40: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 28 of 36 Attachment B

12.1.6 Payment to a subcontractor? Y e s N o

If the answer to questions 12.1.1 to 12.1.6 is Yes, identify the name of the person or entitythat sued (i.e., "the plaintiff'); list the date, court and case number; describe the facts andcircumstances giving rise to the lawsuit; and set forth the outcome or disposition. Attachadditional sheets as necessary.

12.2 Has your firm ever filed a claim for damages or a lawsuit, or requested arbitration or mediation,against a government entity?

Yes No

If Yes, identify the government entity; list the date, court and case number; describe the factsand circumstances about the claim for damages, or the lawsuit, or both; and set forth theoutcome or disposition. Attach additional sheets as necessary.

Page 41: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 29 of 36 Attachment B

12.3 Are there any pending or outstanding judgements or liens against your firm or any of its owners,partners, officers, or employees?

Yes No

If Yes, identify the name of the person or entity entitled to payment; list the date, court andcase number; describe the facts and circumstances giving rise to the judgment or lien; andset forth the amount of the judgment or lien. Attach additional sheets as necessary.

12.4 For the last five years, state how many vehicle collisions or accidents which involved your firm’stow truck operators (whether or not the tow truck operator was at fault):

12.4.1 2016:________

12.4.2 2017:________

12.4.3 2018:________

12.4.4 2019:________

12.4.5 2020:________

12.5 For the last five years, state how many customers reported to your firm vehicle damage or theft,including the vehicle’s contents, while the vehicle was towed or stored by your firm (whether ornot your firm believes it was responsible for the loss or damage):

12.5.1 2016:________

12.5.2 2017:________

12.5.3 2018:________

12.5.4 2019:________

12.5.5 2020:________

Page 42: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 30 of 36 Attachment B

13. INSURANCE

13.1 A Proposer who is awarded a contract must maintain liability and workers'compensation insurance, as more fully described in the RFP and the Contract. As part of thisProposal, your firm must submit evidence of its current insurance coverages. This information willbe used only for the purpose of determining whether the Proposer has insurance to perform therequested services. Contact your firm's insurance company or agent, and request a"certificate of insurance" (an ACORD form or equivalent). Attach the certificate of insurance tothis Proposal.

NOTE: Do not add the City to your insurance policy or otherwise change your current policyor its coverages.

13.2 Please place an "X" below, to indicate the type of insurance coverage that your firm now has:

_______ Commercial General Liability

_______ Business Automobile Liability

_______ Garage Liability

_______ Garagekeepers Liability

_______ Workers' Compensation Liability

________ On-Hook Liability

______ Cargo Liability

Uninsured Motorist - Bodily Injury

______ Pollution Liability

______ Excess Liability or Umbrella

13.3 If your firm is self-insured, identify the liability(s) listed above for which your firm insures itself,and set forth the amount of the self-insured retention (SIR):

Liability: ________________________________________ SIR amount: ___________________

Liability: ________________________________________ SIR amount: ___________________

Liability: ________________________________________ SIR amount: ___________________

Liability: ________________________________________ SIR amount: ___________________

13.4 For the last five years, state how many bodily injury, personal injury, or propertydamage claims (whether or not your firm believes it was responsible for the loss ofinjury), filed by customers or third parties, that your firm forwarded to itsinsurance carrier(s). Include paid and unpaid claims:

13.4.1 2016:______

13.4.2 2017:______

13.4.3 2018:______

13.4.4 2019:______

13.4.5 2020:______

13.5 In the past ten years, has an insurance company or a surety company:13.5.1 Refused to insure your firm for a type of insurance policy listed in Question

13.2 above? Yes No

Page 43: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 31 of 36 Attachment B

13.5.2 Canceled or non-renewed your firm's insurance coverage?

Yes No

13.5.3 Refused to issue your firm a bond?

Yes No

13.5.4 Canceled or revoked a bond obtained by your firm?

Yes No

If the answer to questions 13.5.1 to 13.5.4 is Yes, identify the name of the insurancecompany or surety company; list the date; and describe the facts and circumstances abouteach instance. Attach additional sheets as necessary.

Page 44: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 32 of 36 Attachment B

14. CUSTOMER SERVICE COMPLAINTS AND DAMAGE CLAIMS

Below please describe the process and procedures that your firm has in place for responding to andresolving: (1) customer complaints, and (2) customer claims for vehicle or contents damage or theft:

Page 45: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 33 of 36 Attachment B

15. BUSINESS PLAN

Below please set forth your firm's business plan, which should consist of an action plan for achieving:the Contract's and the RFP's requirements, customer satisfaction, and performance excellence. Thebusiness plan should reflect the ability of the OPTS Provider to sustain various operational conditionsand situations.

Page 46: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 34 of 36 Attachment B

16. PUBLIC RECORDS EXEMPT INFORMATION

Below please identify (by a general description) all copyrighted material, trade secrets, or otherproprietary information ("protectable documents") that Proposer has included in this Proposalwhich Proposer believes should be exempt from disclosure under California's Public Records Act,Government Code Section 6250, et seq. By listing the protectable documents below, Proposeragrees to indemnify, defend, and hold harmless City and its Police Department— including, each one'sofficers, agents, employees, and representatives— from and against any action, claim, lawsuit, orproceeding, including costs and expenses, arising out of or connected with the City's refusal todisclose the protectable documents to any party making a request for those items. The City will treatany Proposer, who fails to identify below protectable documents that Proposer believes should beexempt from disclosure, as having waived its right to an exemption from disclosure, as the PublicRecords Act provides.

17. CREDIT AND REFERENCE CHECK

17.1 The City of Orange may: (1) request credit reports, or investigative reports, or both, aboutyour firm, and (2) contact the references, government entities, and other persons listed inthis Proposal. The City of Orange will use this information to evaluate your firm's financialresources, responsibility, and integrity with respect to this Proposal, an award of theContract, or any contract renewal. The City of Orange will treat any information that it obtainsnow or later as confidential.

17.1.1 Does your firm authorize the City of Orange to obtain credit and investigativereports about your firm? Yes No

17.1.2 Does your firm authorize the references, government entities, and other personslisted in this Proposal to release information about your firm to the City of Orange? Yes No

Page 47: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 35 of 36 Attachment B

18. ADDITIONAL INFORMATION

Below please state any other information that your firm believes is essential to a complete evaluationof the Proposal. If your firm has no additional information, please state below: "Our firm does not haveany additional information to present."

1 9 . A T T A C H M E N T S

Certain sections of the Proposal Forms requested employees' resumes, photographs,financial statements, bank's reference letter, insurance certificate, and furtherexplanations, if your firm answered "yes" to a question. For each attachment that is a partof this Proposal, please list and describe the attachment (e.g., "3 photographs of our towtrucks"; "2007 financial statement - 15 pages"; or "Explanation concerning question 9.3 - 2pages." If your firm has no attachments, write "None" on 19.1).

Our firm declares that the attachments listed below are added and are made a part of thisProposal in order to fully and accurately respond to the RFP:

19.1

19.2

19.3

19.4

19.5

19.6

19.7

19.8

19.9

19.10

19.11

19.12

19.13

19.14

19.15

19.16

19.17

19.18

19.19

19.20

20. SIGNATURE

Page 48: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 36 of 36 Attachment B

I acknowledge that the information, statements responses and attachments contained herein aretrue and correct to the best of my knowledge. I understand that any false, misleading or fraudulentstatements or omission of facts constitute grounds for revocation of a business permit and will resultin the disqualification from further consideration.

AUTHORIZED SIGNATURE:___________________________________

PRINTED NAME:__________________________________________

COMPANY:______________________________________________

DATE:__________________________

Page 49: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 1 of 2 Attachment C

ORANGE POLICE DEPARTMENTCOST PROPOSAL FOR CONTRACTED TOW COMPANIES

Effective 7/1/21

TOWS FEES

Emergency Tow with driver Lt. Duty $________ Flat RateMed. Duty $________ Flat RateHeavy Duty $________ Flat Rate

Service Call – Motorist Assist only $________ Flat Rate(i.e. flat tire, lock out, gas, jump start)

OPD request to scene with hookup and no ½ of Tow Flat Ratetow.

OPD request to scene with no hookup or tow Replaced to top of list

When TOWING SERVICE responds to a police rotation call, whether or not the truck is used isof the necessary class or greater to fulfill the duties as requested, TOWING SERVICE shall becompensated at the rate established for the lowest class of truck necessary to fulfill the dutiesrequired and not at the rate for the truck used to complete same.

GATE FEESNormal business hours of 8:00am to 5:00pm No ChargeMonday through Friday

Weekends and National Holidays; 5:00pm to 8:00am Gate Fee of $________(charged once)

LIEN SALE FEES (California Vehicle Code 9800-9803)

TOWING SERVICE may impose lien sale proceedings and related fees on vehicles taken intotheir custody in accordance with the California Vehicle Code and the California EvidenceCode.

Page 50: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 2 of 2 Attachment C

ORANGE POLICE DEPARTMENTCOST PROPOSAL FOR CONTRACTED TOW COMPANIES

Effective 7/1/21Continued

SERVICES FEES

Standby Time/Extended Service Lt. Duty $________ / hour*(not tow driver’s fault) Med. Duty $________ / hour*

Heavy Duty $________ / hour*

* to be billed after first hour in 15 minute increments

Towing Vehicles out of town Hourly rate to beScene of pickup to destination charged in 15 minute

increments

STORAGE FEES

Standard Vehicle (SUV’s Included) or Motorcycle $________ / day

Trucks (over 26,000 GVWR), trailers (over 10,000 GVWR),boats and RV’s: $________ / day

Vehicles held for investigation/evidence $________ towStorage and tow charges $________ / day storage

Pursuant to the OPTS, the Police Department reserves the right to modify the schedule offees at any time. The fee schedule has been modified to be effective 7/9/21.

Page 51: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 1 of 13 Attachment D

OFFICIAL POLICE TOWING AND STORAGE SERVICE AGREEMENT

THIS AGREEMENT is entered into this _____ day of, ________ 2021, by and betweenthe City of Orange, a municipal corporation ("City"), and , aCalifornia corporation ("Towing Service").

RECITALS

A. The Orange Police Department (“Police Department”) requires the aid andassistance of towing services on a regular basis in the performance of its duties, including responseto and investigation of vehicular accidents.

B. As a means for providing the necessary towing service, the City has approved theuse of certain, towing service companies who have agreed to contract with the City to furnish therequisite towing service pursuant to the requirements of the City's Police Department, as set forthin the terms and conditions contained herein.

C. Official Police Towing and Storage Services ("OPTS") means a towing companyselected by the City to be used on-call and on a rotating basis for any police situation where a towtruck is required.

D. In order for a towing service company to perform as an OPTS service provider forthe City's Police Department, the towing service company must enter into a contractual agreementwith the City and must be designated by the City as an OPTS service provider.

E. In furtherance of this objective, the City desires to retain Towing Service andTowing Service desires to accept and be retained by the City, as an independent contractor, forpurposes of providing police towing services for the City's Police Department.

NOW, THEREFORE, in consideration of the foregoing recitals and the mutual promises,covenants, and conditions contained herein the parties hereto agree as follows:

AGREEMENT

To ensure the efficient performance of police towing services for the City's PoliceDepartment, Towing Service hereby agrees to the following OPTS service requirements,specifications, terms, and conditions:

1. OPTS Designation; Independent Contractor

A. City hereby designates Towing Service as an OPTS service provider for the City'sPolice Department.

B. The services which are the subject of this Agreement are not in the usual course ofCity’s business and City relies Towing Service’s representation that it is independently engagedin the business of providing such services and is experienced in performing the work.

Page 52: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 2 of 13 Attachment D

C. At all times during the term of this Agreement, Towing Service shall be anindependent contractor and not an employee of City. City shall have the right to control TowingService only insofar as the result of the services rendered pursuant to this Agreement. City shallnot have the right to control the means by which Towing Service accomplishes services renderedpursuant to this Agreement. Towing Service shall, at its sole cost and expense, furnish all facilities,materials and equipment which may be required for furnishing services pursuant to thisAgreement. Towing Service shall be solely responsible for, and shall indemnify, defend and saveCity harmless from all matters relating to the payment of its subcontractors, agents and employees,including compliance with social security withholding and all other wages, salaries, benefits, taxes,exactions, and regulations of any nature whatsoever. Towing Service acknowledges that it andany subcontractors, agents or employees employed by it shall not, under any circumstances, beconsidered employees of City, and that they shall not be entitled to any of the benefits or rightsafforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay,Public Employees Retirement System benefits, or health, life, dental, long-term disability orworkers' compensation insurance benefits.

2. OPTS Service Provider Obligations. Towing Service agrees to comply with thefollowing OPTS service provider terms and conditions:

A. Towing Service shall abide by all guidelines and requirements set forth in OrangePolice Department Policy 502, attached as Exhibit “A” and incorporated herein by reference.

B. In the event the City chooses to operate an impound yard, the OPTS agrees totransport designated vehicles to the City-operated impound facility. Fees for towing/transportingof such vehicles will be paid to Towing Service by the City at the end of each month.

C. Towing Service shall respond to requests for OPTS service within 20 minutes fromthe time such request is received and shall promptly notify the City’s Police Department if thisresponse time cannot be met.

D. Towing Service shall not release any vehicles impounded by the City’s PoliceDepartment without a release signed by the City’s Police Department.

E. Towing Service shall notify the City’s Police Department of any impoundedvehicles being stored within the City pursuant to private party impound requests prior to leavingthe City limits or within 30 minutes of vehicle storage, whichever occurs first.

F. All personal property located within impounded vehicles shall be surrendered tothe property owner upon request after obtaining a property release form from the PoliceDepartment and upon presentation of proper identification unless the vehicle is to be held forevidence.

G. Towing Service shall not report to the scene of an accident or assist a disabledvehicle unless summoned by a law enforcement officer or in response to a request from the personin charge of the disabled vehicle. This provision is intended to prohibit OPTS service providersfrom engaging in practices commonly referred to in the tow service business as “soliciting,monitoring, cruising or poaching.”

Page 53: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 3 of 13 Attachment D

H. Towing Service shall furnish to the City by the tenth (10th) day of each monthduring the term of this Agreement a list of its currently employed drivers.

3. Standards for OPTS Service Provider. Towing Service agrees to comply with thefollowing OPTS service provider standards:

A. Equipment

1. Company Information: Towing Service name, address and phone numbershall be displayed on both sides of the tow truck in letters not less than two and one-half (2-1/2)inches in height.

2. Lights: Trucks must, at all times, be equipped with such headlights, taillights, red reflectors, stop lights, warning lights, and other lights as required by California law,plus one white utility light (adjustable or portable); and may be equipped with such other lights asthe Towing Service may desire which are not forbidden by law.

3. Additional Equipment: Trucks must be equipped with all equipmentrequired by law and Orange Police Department Policy 502 for tow trucks engaged in towingservices.

4. Additional Requirements for Towing Service:

(a) Towing Service must have at least two regular duty trucks of one-ton capacity with rear dual wheels. One of the rigs must be a flatbed. Towing Service must alsohave one medium duty truck with a GVWR of 19,501 to 33,000 pounds. One heavy duty three-axle truck with a GVWR of at least 33,000 pounds is recommended but not required.

(b) Trucks must be equipped with red flares, lanterns or reflectors, handtools, crow-bar, rope, broom, shovel, dustpan, fire extinguisher (the dry chemical type), portablered tail lights and stop lights for towed vehicles, equipment for opening locked vehicles, and safetysnubber chain. Towing Service shall have at least one set of dollies readily available at all times,and one motorcycle sling.

(c) Towing Service shall have one truck equipped with a winch ofsufficient size and capacity to retrieve vehicles, which have gone over embankments, offroadways, or into other inaccessible locations, which is equipped with safety dogs or equivalentbraking devices. The winch and cable must have the ability to reach three hundred (300) feet.

B. Standard Rules of Operation for OPTS Service

1. Requests for OPTS service response and the removal of traffic hazards maybe made through the Police Department.

2. All City police officers are specifically prohibited from soliciting for orrecommending any garage or tow service either directly or indirectly.

Page 54: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 4 of 13 Attachment D

3. Towing Service shall not advertise or in any way publicize any official orother connection with the City, nor shall Towing Service advertise any address or telephonenumber of the City as a location to call for vehicle towing and storage service.

4. If more than one towing service company/garage is designated as an OPTSservice, the system of calling for service shall be on a rotating basis as established by the Chief ofPolice.

5. If telephones are the means of communication for receipt of calls from thePolice Department, Towing Service shall provide a list of telephone numbers to be called in orderof priority, and immediately upon any change in such telephone numbers, or in the priority thereof,shall notify the City's Police Department in writing with effective the date of the change.

6. Any additions to or deletions from the tow truck fleet of Towing Serviceshall be immediately reported, in writing, to the Police Department.

7. Any change in operating locations of Towing Service shall be reported, inwriting, to the City's Police Department at least thirty (30) days prior to such change.

8. Towing Service shall be staffed to ensure that there is an attendant on call,capable of responding to police requests for OPTS service as well as present or available for releaseof vehicles to the public twenty-four (24) hours a day, seven (7) days a week. Towing Service mustbe available during those hours specified and in the necessary numbers to operate the OPTS serviceequipment. If the Towing Service’s telephone is not answered before 10 rings, or if the line is busywhen called by the Police Department, Towing Service will be by-passed and the next OPTSservice provider in rotation shall be called.

9. If an Official Police Towing and Storage Service is unavailable, or in caseof disaster or emergency, the City reserves the right to call other tow services with adequatecapabilities, which are not under contract or agreement with the City. Determination of theseconditions shall rest solely with the Police Department.

10. After being dispatched by the Police Department to the scene, TowingService shall cooperate with police officers in removing hazards and illegally parked vehicles asrequested. It is the duty of the police officers to determine when such a vehicle should beimpounded or moved and Towing Service shall abide by their decision.

11. Only tow trucks bearing the name of Towing Service shall be dispatched tothe scene of need.

12. Towing Service shall conduct its business in an orderly, ethical,businesslike manner and use every means to obtain and keep the confidence of the motoring public.

13. Vehicles impounded by the Police Department for special investigationshall be held in maximum security until cleared by the investigating officers, at which time the

Page 55: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 5 of 13 Attachment D

owners shall be permitted a 48-hour grace period at no charge in which to remove the vehiclesfrom storage. Under no circumstances shall contents of vehicles with a "Police Hold" be removed.

14. Towing Service shall be responsible for the protection of police-impoundedvehicles regardless of the location of storage until the vehicles have either been released to theirowners or disposed of through legal process.

15. Towing Service shall be responsible for the acts of its employees while onduty and for damage to vehicles while in their possession.

16. Notwithstanding any provision or language that might indicate to thecontrary, in responding to a call from the Police Department, Towing Service shall have no claimagainst the City for the cost of its service rendered, but shall look solely to the owner of the vehicletransported. No representation is made by the City that such person will be financially responsible.

17. All vehicles stored or impounded as a result of a "tow ordered by the PoliceDepartment" shall be made available to the owner of the vehicle or his/her representative, anyinsurance agent, insurance adjuster, or any body shop or car dealer, for the purpose of estimatingor appraising damages, except vehicles stored or impounded with a "Police Hold."

18. Each Towing Service shall record its time in and its time out on everyofficial assignment. Such records shall be made available and open to examination by the City.

19. The records of all vehicles impounded or stored at the direction of the Cityshall be available for inspection only to authorized employees or officials of the City of Orange.

20. Towing Service shall submit a monthly report to the designated TowOfficer, which shall include the following information:

(a) Total police impounds.

(b) Number of times dispatched by the Police Department.

(c) Number of Police Department calls resulting in impounds.

(d) Number of calls answered in which time beyond one hour wasrequired to handle.

21. The equipment and performance of Towing Service shall be subject toperiodic review and/or inspection by the Chief of Police or his/her designee.

22. Towing Service trucks shall be equipped with two-way radio or telephoneor other acceptable communications equipment. Citizen's Band Class D is not acceptable.

23. Towing Service storage lots shall be adequately fenced with gates lockedand secured and reasonably well-lighted to maintain a maximum of security for stored andimpounded vehicles. All storage lots shall meet the requirements as set forth in Department Policy

Page 56: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 6 of 13 Attachment D

502.3 and will be inspected and approved by Police Department Crime Prevention and TrafficPersonnel.

24. Adequate impound space shall be provided to accommodate vehicles heldas evidence for the purposes of processing for physical evidence.

(a) Impound space shall be protected by an enclosure consisting of fourwalls, a roof and a door with a locking device for the protection from the elements of weather andother forms of contamination.

(b) Protection shall also be provided to preclude evidencecontamination by employees and other individuals during normal business hours.

25. Towing Service office and storage lots shall be located within the Citylimits.

26. Towing Service shall comply with the appropriate sections of the CaliforniaBusiness and Professions Code with regard to unauthorized charges or repair work on the vehiclein its charge.

27. Towing Service shall, when disposing of unclaimed vehicles, abide by allCalifornia laws pertaining thereto.

28. All vehicles stored or impounded as a result of a "tow ordered by the PoliceDepartment" shall be towed directly to an OPTS storage lot unless the Police Department or otherperson legally in charge of the vehicle requests that it be taken to some other location.

4. Schedule of Rates

A. Towing Service agrees that the towing fees it charges for OPTS service shall bethose standard fees approved by the City as set forth in Exhibit “B” or as they may be lateramended. The City will keep a copy of this fee schedule on file in the Office of the Traffic Bureau.Towing Service also agrees to post the schedule of fees at its place of business and to make copiesof the schedule available for review, upon request, by City Police Department personnel or anyperson for who tow service is provided. The City reserves the right to modify the schedule of feesat any time.

B. Towing Service shall charge one-half the normal rate for any vehicle owned by theCity and operated by a City employee or agent.

C. Towing Service shall charge one-half the normal rate for tow interruptions (i.e.,vehicles released to owner or agent prior to removal, but after arrival of the tow company).

5. Insurance.

A. Towing Service shall carry workers’ compensation insurance as required by lawfor the protection of its employees during the progress of the work. Towing Service understands

Page 57: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 7 of 13 Attachment D

that it is an independent contractor and not entitled to any workers’ compensation benefits underany City program.

B. Towing Service shall maintain during the life of this Agreement the followingminimum amount of comprehensive general liability insurance or commercial general liabilityinsurance: the greater of (1) Two Million Dollars ($2,000,000) per occurrence, or One MillionDollars ($1,000,000) with a Two Million Dollar ($2,000,000) aggregate; or (2) all the insurancecoverage and/or limits carried by or available to Towing Service. Said insurance shall cover bodilyinjury, death and property damage and be written on an occurrence basis.

C. Towing Service shall maintain during the life of this Agreement, the followingminimum amount of automotive liability insurance: the greater of (1) a combined single limit ofOne Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by oravailable to Towing Service. Said insurance shall cover bodily injury, death and property damagefor all owned, non-owned and hired vehicles and be written on an occurrence basis.

D. Each policy of general liability and automotive liability shall provide that City, itsofficers, officials, agents, and employees are declared to be additional insureds under the terms ofthe policy, but only with respect to the work performed by Towing Service under this Agreement.A policy endorsement to that effect shall be provided to City along with the certificate of insurance.In lieu of an endorsement, City will accept a copy of the policy(ies) which evidences that City isan additional insured as a contracting party. The minimum coverage required by Subsection 5.Aand 5.B, above, shall apply to City as an additional insured. Any umbrella liability insurance thatis provided as part of the general or automobile liability minimums set forth herein shall bemaintained for the duration of the Agreement.

E. Towing Service shall provide the City with a certificate of insurance setting forththe above referenced minimum insurance coverage prior to performing any towing servicespursuant to this Agreement. The certificate shall also provide that the City shall receive thirty (30)days’ notice of unqualified cancellation or amendment of such policies.

F. Towing Service agrees to submit to the City a certificate of Workers' CompensationInsurance to cover its employees as required pursuant to the provisions of Divisions 4 and 5 of theCalifornia Labor Code. Towing Service also agrees to use only those subcontractors who are alsocovered by Workers' Compensation Insurance pursuant to the provisions of Division 4 and 5 ofthe California Labor Code.

G. Towing Service shall be responsible for any damage to persons or property arisingin connection with the performance of services rendered pursuant to this Agreement.

6. Indemnification. Towing Service agrees to indemnify and hold the City harmless fromand against any and all loss, costs, damage and expense, including but not limited to reasonableattorneys' fees, and any and all claims or demands arising from any act, activity or omission of thetow service undertaken pursuant to the terms of this Agreement, including, all costs and expensesincurred by the City in negotiating, settling, defending or otherwise protecting against claims anddemands. This indemnification is not modified by the insurance requirements in Section 5.

Page 58: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 8 of 13 Attachment D

7. Term. Except as otherwise provided herein, this Agreement shall remain in effect for aperiod of three years unless terminated by the City as provided herein. This Agreement may bereviewed at the conclusion of the initial three-year term and extended for up to two (2) additionalyears by mutual written agreement of all parties.

8. Termination

A. This Agreement may be terminated by the City upon the occurrence of any one ormore of the following events:

1. Failure of Towing Service to comply with any of the provisions of thisAgreement.

2. Repeated and/or flagrant violations of the Vehicle Code by Towing Service.

3. Failure of Towing Service to maintain clean, orderly, and secure storagefacilities.

4. Failure of Towing Service to obtain and maintain a valid City businesslicense.

5. Commission, by the owner or operator of Towing Service, of any unlawful,false, fraudulent, deceptive or dangerous act while conducting its towing operation business.

6. Removal by Towing Service, prior to police arrival, of a vehicle involvedin a collision where, as a result of such collision, a person suffered death or injury; or where thedriver of one of the vehicles involved in the collision, or any of the passengers of a vehicle involvedin the collision, was under the influence of an intoxicant of any nature; or where there is evidencethat the vehicle to be towed was involved in a hit-and-run collision.

7. Insurance coverage as required herein has either been withdrawn or lapsedor is not in force for any reason.

8. Dissolution of business or bankruptcy.

9. Assignment of this Agreement, or any right or interest stated therein,without the prior written consent of the City.

10. Substantial or recurring deviation from the City's approved schedule ofrates.

11. Failure of Towing Service to maintain satisfactory service to the public orfor failure to keep any towing vehicle in a safe condition and good repair.

12. Failure to comply with any requirement of Orange Police DepartmentPolicy 502.

Page 59: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 9 of 13 Attachment D

B. Termination of this Agreement by City shall be effective upon written notice byCity to Towing Service at the address provided herein.

C. Upon termination of this Agreement by City, Towing Service shall no longer havethe right to engage in OPTS service for the City's Police Department for a period of timedetermined by the Chief of Police.

9. Maintenance and Inspection of Records. In accordance with generally acceptedaccounting principles, Towing Service shall maintain reasonably full and complete books,documents, papers, accounting records, and other information (collectively, the “records”)pertaining to the costs of and completion of services performed under this Agreement. City andits authorized representatives shall have access to and the right to audit and reproduce any ofTowing Service’s records regarding the services provided under this Agreement. Towing Serviceshall maintain all such records for a period of at least three (3) years after termination or completionof this Agreement. Towing Service agrees to make available all such records for inspection oraudit at its offices during normal business hours and upon three (3) days’ notice from City, andcopies thereof shall be furnished if requested.

10. Compliance with all Laws/Immigration Laws. Towing Service shall be knowledgeableof and comply with all local, state and federal laws which may apply to the performance of thisAgreement, including immigration laws.

11. Governing Law and Venue. This Agreement shall be construed in accordance with andgoverned by the laws of the State of California and Towing Service agrees to submit to thejurisdiction of California courts. Venue for any dispute arising under this Agreement shall be inOrange County, California.

12. Integration. This Agreement constitutes the entire agreement of the parties. No otheragreement, oral or written, pertaining to the work to be performed under this Agreement shall beof any force or effect unless it is in writing and signed by both parties. Any work performed whichis inconsistent with or in violation of the provisions of this Agreement shall not be compensated.

13. Notices. Any notices required or permitted under this Agreement shall be in writing andshall be delivered personally or sent by U.S. Mail, first class postage prepaid, return receiptrequested, addressed as follows:

To City: City of OrangeAttn: Chief of Police1107 N. BataviaOrange, CA 92867

To Towing Service:Attn:

Page 60: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 10 of 13 Attachment D

14. Successors and Assigns. This Agreement, or any part thereof, may not be assigned by aparty without the express written consent of the other party. If consent is so granted, all obligationsand covenants made under this Agreement shall bind and inure to the benefit of any successorsand assigns of the respective parties, whether or not expressly assumed by such successors orassigns. Any attempted assignment or delegation in derogation of this section shall be void.

15. Waiver of Breach. If a party waives enforcement or fails to act promptly to enforce anyprovision of this Agreement upon any event of breach by the other party, such waiver shall notautomatically extend to any continuation of the breach or to any other or future events of breach.

16. Amendment. No modification, amendment, addition to, deletion, or alteration of the termsof this Agreement, whether written or verbal, shall be valid unless made in writing and formallyapproved and executed by all parties.

17. Counterparts. This Agreement may be executed in one or more counterparts, each ofwhich shall be deemed an original, but all of which together shall constitute one and the sameinstrument. Signatures transmitted via facsimile and electronic mail shall have the same effect asoriginal signatures.

[Remainder of page intentionally left blank; signatures on next page]

Page 61: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 11 of 13 Attachment D

IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day andyear first written above.

“Towing Service” “City”

CITY OF ORANGE, a municipal corporation

*By: By:Printed Name: Mark A. Murphy, MayorTitle:

*By: ATTEST:Printed Name:Title:

Pamela Coleman, City Clerk

APPROVED AS TO FORM:

Mary E. Binning, Sr. Asst. City Attorney

*NOTE: City requires the following signature(s) on behalf of the Towing Service:-- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the

Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretaryor an Assistant Treasurer. If only one corporate officer exists or one corporateofficer holds more than one corporate office, please so indicate. OR

-- The corporate officer named in a corporate resolution as authorized to enterinto this Agreement. A copy of the corporate resolution, certified by theSecretary close in time to the execution of the Agreement, must be provided toCity.

Page 62: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 12 of 13 Attachment D

EXHIBIT “A”

POLICE DEPARTMENT POLICY 502TOW COMPANY GUIDELINES AND ROTATION TOW LISTING

[Behind this sheet]

Page 63: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

RFP 20-21.39 Page 13 of 13 Attachment D

EXHIBIT “B”

FEE SCHEDULE

[Behind this sheet]

Page 64: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Policy

502Orange Police Department

Orange PD Policy Manual

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 1

Tow Company Guidelines and Rotation TowListing502.1 PURPOSEThe purpose of this policy is to establish guidelines, standards and requirements for towcompanies contracting with the OPD. The purpose of this policy and the Tow Service Agreementis as follows:

(a) To ensure that members of the motoring public are protected from unethical or unfairbusiness practices by City of Orange contracted tow companies,

(b) To provide police tow companies with an equitable system for the distribution of calls,

(c) To provide police tow companies with clear and concise requirements and standards,

(d) To ensure consistency in the interpretation, administration and enforcement of theTow Service Agreement,

(e) To provide a fair and equitable means to resolve disputes between police towcompanies and the Orange Police Department.

NOTE: This policy makes reference to the Tow Service Agreement. The Tow Service Agreementshould be referenced for specific language.

502.1.1 POLICY

(a) Whenever the driver or owner of a vehicle, through the police department, requestsa particular club, association or tow service to care for his vehicle, the garage ortow service requested shall be called if that tow service can respond in a reasonableamount of time. If a vehicle is a hazard in the roadway then a rotational tow servicemay be called to remove the vehicle from the roadway, at the driver's expense. Allother requests for police tow services made by police department personnel will beconsidered a rotation call.

(b) Whenever a driver does not request a particular garage or tow service, a police towservice shall be called in order from a rotation list. The Communications Center of theOPD shall maintain the rotation list. When more than one vehicle is to be towed froman accident scene, the first towing service on rotation shall have preference to serviceall vehicles at the accident scene. If they cannot handle the service for all vehicles,the next tow service on the rotation list shall be called.

(c) A call to a police tow service shall constitute one turn on the list and the police towservice shall be moved to the bottom of the list. This includes when the company failsto answer the phone, is unable to respond or is canceled due to excessive responsetime. If it is determined that tow service is not needed and is canceled by OPD, up toand including arrival at the scene, there shall be no charges and the tow service willbe placed back on top of the list.

Page 65: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 2

1. If the tow service is canceled by the owner or driver of a vehicle, prior to thepolice towing service taking possession of the vehicle, there shall be no chargesfor towing. The tow service shall immediately notify the OPD CommunicationsCenter and advise them of the cancellation. The tow service will then be placedback on the top of the list.

2. If service, other than towing, has begun and is canceled by the driver or ownerof a vehicle, charges owed shall be no more than one-half of the regulartowing charge. No lien shall arise from the service unless the tow service haspresented a written statement to the vehicle's owner, or their agent, for thesigned authorization of services to be performed.

(a) The tow service shall not attempt to take possession of the vehicle in orderto establish a lien for any non-towing services performed, or begun, andsubsequently canceled.

(d) The rotation list shall be used when an officer stores or impounds a vehicle.

(e) All OPD employees are prohibited from directly or indirectly soliciting services for, orrecommending, any tow service. Exception: In the event that a big rig tow is requestedthen a rotational tow service, who maintains such a vehicle, may be called out ofrotation.

(f) All officers storing or impounding a vehicle shall complete a CHP Form 180 and shallgive a copy to the tow driver prior to the vehicle being towed from the scene.

(g) Officers authorizing the storage/impounding of a vehicle shall notify the driver or ownerof the vehicle (if present) where it is being stored.

502.2 TOWING SERVICES

(a) All tow services shall equip and maintain their tow trucks in accordance with theprovisions set forth in the California Vehicle Code, Title 13 or the California Codeof Regulations and the specifications contained in this policy and the Tow ServiceAgreement.

(b) The tow service shall provide a business office (billing site) for contract administrationpurposes and the release of vehicles. This office shall be located within the city limits ofOrange and shall be staffed by either the contractor or a person who has the authorityto conduct business and make decisions on behalf of the contractor during the hoursof 8:00 am to 5:00 pm, Monday through Friday (excluding holidays).

(c) Tow operators shall comply with the California Vehicle Code in reporting the storageof vehicles over 30 days. The police department shall be furnished a copy of all reportsrequired by the Department of Justice. The copy of said report may be delivered tothe police department by regular mail, or in person, to the attention of an OPD TrafficBureau Tow Truck Administrator.

(d) The tow service shall provide 24-hour, 7-day-a-week towing service within the citylimits of the City of Orange.

Page 66: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 3

(e) Contracted police tow companies must arrive at the scene within 20 minutes of beingcalled by OPD personnel, except for big rigs whose maximum response time is 45minutes.

(f) Towing service is required to have direct two-way communications or an FCC licensefor a master control dispatching radio. The radio shall be manned at all times.

(g) Telephone lines must be sufficient to receive police calls. If the telephone is notanswered before ten rings, or if the line is busy, the tow service being called will bebypassed and the next tow service in rotation will be called. Telephone answeringservices are not allowed, unless all after-hour calls are answered directly by a nightdispatcher without a transferring intermediate.

(h) The towing service shall possess a valid City of Orange Business License.

(i) Pursuant to the Orange Municipal Code, all tow drivers shall obtain a driver's permit.Tow drivers shall wear the permit in plain view during all service calls within the limitsof the City of Orange.

(j) Since contract tow companies are indirectly associated with the OPD, each contracttow company shall be required to furnish their tow drivers with a distinctive companyuniform. Each uniform shall have the firm name, as well as the tow drivers name orI.D. number in a conspicuous place. A detachable nameplate may be worn in place ofthe embroidered name. No wording, designs, photos, gestures or anything else thatcould be considered offensive or obscene to the general public shall be displayed onany part of the uniform. Each driver shall have sufficient uniforms so as to maintaina neat, well-groomed and professional appearance at all times. All drivers shall be inuniform before any towing or service operation for the City of Orange begins.

(k) A towing service shall not respond to an OPD call assigned to another tow serviceunless requested to do so by the police department.

1. A tow service that comes upon a scene may be requested by an officer to movea vehicle to a safe location or remove debris on the roadway. There will be nocharge for this service and the tow rotation will not be affected.

2. Nothing in this section is intended to prevent an assigned contract tow servicefrom requesting assistance when needed at a scene. Assistance shall be limitedto specialized equipment not readily available to the contract tow service andonly after the contract tow service has arrived and evaluated the scene. In noway does this section allow a contract tow service to send another tow servicein its place.

(l) The towing service shall advise OPD at the time of notification, if they are either unableto respond, or unable to meet the maximum response time. If, after accepting the call,the towing service is unable to respond or will be delayed in responding, the towingservice shall immediately notify the police department's Communication Bureau. Thetowing service will then be moved to the end of the rotation list. At no time will a contracttow service assign an Orange Police Department request for service to another towservice.

(m) No vehicle stored/impounded at the direction of the OPD shall be released withoutwritten approval from the police department (OPD Form A-2 shall be used).

Page 67: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 4

(n) No vehicle shall be moved or towed where an immobilization device has been affixedby OPD personnel.

502.3 STORAGE SECURITY RESPONSIBILITYTow services must provide adequate secure storage for vehicles and property. Minimumstandards shall consist of the following:

(a) Open area storage - The perimeter wall or fence of the storage/impound lot shall beat least 6' high and be made of block, wrought iron or chain link. There shall be aminimum of three strands of barbed wire or razor ribbon around entire fenced area.It shall be installed in such a manner so as to discourage access over the top of thefence or wall. The maximum gap between the bottom of the fence/gate and pavement/ground is 6". The bottom of the fence should be reinforced with 9 gauge or larger wireto discourage access underneath. All doors or gates entering the lot shall be equippedwith a locking mechanism or device. Fencing and locking specifications and designshall meet approval of the Planning Department, OPD Crime Prevention Bureau andthe City Design Review Board.

(b) Inside enclosure - Shall consist of four walls, a roof, and a door with a locking devicefor protection from the elements and other forms of contamination. The bottom edge ofthe enclosed structure shall not be more than 2" above the finished parking surface ofthe enclosed area. This space must be adequate to contain two full-sized passengervehicles. If the tow service utilizes a portion of an indoor garage for inside storage, thespace designated for the storage of police impounds shall be secured from the public.

(c) Prior to the utilization of a new storage facility that was not listed on the application forrotation tow listing; the towing service shall obtain the approval of the Chief of Policeor his/her designee and furnish the new address 15 days in advance for inspection.

(d) There shall be adequate lighting to illuminate the entire storage/impound lot, as wellas all structures thereon. Outside lighting shall be inspected and receive approval byan OPD Crime Prevention Specialist.

(e) Adequate open storage space shall be provided to accommodate stored, impoundedand disabled vehicles resulting from police calls for tow services. The minimumcapacity of such a lot shall be 100 vehicles.

1. All stored/impounded and disabled vehicles must, as soon as possible from thetime of pickup, be put into a fenced and secured storage lot and remain insidea storage lot until released or otherwise disposed of.

(f) All vehicles impounded for the California Vehicle Code (missing or altered VINnumbers), shall be placed in an area of the impound lot that will allow for the vehicleto be inspected by police personnel. This requirement is necessary for the first tendays of the impound.

(g) When a vehicle is impounded, the tow service will place the word "Hold" or othersimilar notation on the windshield of the vehicle along with the date of impound andtow drivers I.D. number.

1. The responsibility for determining and placing the word "Hold," or other similarnotation on the windshield of the vehicle, will be that of the tow truck driver at

Page 68: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 5

the time he places the vehicle in storage. The tow truck driver's signature onthe CHP Form 180 acknowledges the type of storage or impound marked bythe officer.

(h) Any damage to the wall and/or fence structures that compromises security shall berepaired within 24 hours to insure proper protection for stored vehicles.

(i) The tow service shall be held responsible for all vehicles, personal property and vehicleaccessories stored within its storage facility. The City of Orange, its officers, agentsand employees shall be relieved of all responsibility. It is the responsibility of the driverto confirm the accuracy of damage and property listed on the CHP Form 180 priorto signing it.

(j) The tow service shall notify the OPD prior to the removal of property from animpounded vehicle and place a receipt in the impounded vehicle. The requirementto notify the police department, prior to the removal of property, may be waived bythe Chief of Police or his/her designee if it is determined that proper safeguards andprocedures are utilized by the tow service.

1. This requirement may not be waived in cases where a vehicle has beenimpounded for evidence or investigation. In this case, no property will be moved,tampered with, or removed from the vehicle.

2. The tow service shall release personal property from an impounded vehicle atthe request of the vehicle owner or their agent. If such a release is made, thetow service shall notify the police department.

(a) Personal property is considered to be items that are not affixed to thevehicle.

(k) All stored/impounded vehicles shall be stored and released from the tow company'sbilling site.

(l) The tow company will release the vehicle to the owner or their agent, without charge,whenever a vehicle is impounded as evidence under the California Vehicle Code andthe owner is determined not liable for the towing and storage charges per the CaliforniaVehicle Code. In these instances, which will be determined by the police department,the tow company will bill the City of Orange.

(m) If the police department mistakenly impounds or stores a vehicle, or fails to properlynotify the owner, the vehicle will be released to the owner at no charge with theapproval of the police department. The tow service will bill the Orange PoliceDepartment for 50% of the storage and tow fees. The Orange Police Department willdetermine if the vehicle was stored/impounded improperly.

(n) Vehicles that are a hazard to public health and safety, as described in the CaliforniaVehicle Code, shall not be released, towed or pushed onto a public street withoutthe express permission of the on-duty watch commander at the OPD. Vehicles withregistration expired over six months in violation of the California Vehicle Code, shallnot be released, placed upon a public street or towed unless on a flatbed truck. If thevehicle is a hazard and is to be placed on private property by the tow service, at therequest of the vehicle owner, the tow service must first obtain written permission fromthe property owner.

Page 69: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 6

(o) If, upon release, a vehicle is found to be disabled due to a dead battery, flat tire orother minor mechanical malfunction, the owner of the vehicle shall have the option ofhaving another tow company move the vehicle. At the owner's request, the police towprovider may provide tow service and charge the normal applicable fees. At no time,shall the police tow service charge additional storage fees if another tow service isrequested to take the vehicle and the vehicle is removed on the day of release.

502.4 TOW TRUCK CLASSIFICATIONSAll equipment specifications for every class of tow truck listed within this section of the manualcan be found in the OPD form entitled, "Tow Service Agreement Equipment Specifications." Allservice, safety and equipment requirements for every class of tow truck listed within this sectionof the manual can be found in the OPD form entitled, "Tow Truck Inspection Guide." There shallbe no deviations.

(a) Class A - light duty tow:

1. The tow service shall maintain a minimum of two tow trucks with amanufacturer's gross vehicle weight rating (GVWR) of 10,000 to 19,500 pounds,with wheel lift capability and may have a car carrier,

2. A tow service that has a car carrier may be exempted from the wheel liftcapability requirements; however, the car carriers must be additional units to thecompany's wheel lift tow trucks,

3. Since Class A tow trucks (light duty conventional wheel lifts) handleapproximately 90% of the towing and service calls on our highways, this classof truck must be better equipped than Class B, C or D tow trucks,

4. Each Class A tow truck shall be equipped, at a minimum, with the following (aswell as the items listed on Attachment A & B),

(a) Wheel lift towing equipment with a minimum lift rating of 3,000 pounds. Alltow equipment shall include proper safety straps,

(b) Boom with a minimum static rating of 5,000 pounds,

(c) Winch cable - 8,000 pound rating on the first layer of cable,

(d) Winch cable - 100', 3/8-inch diameter, with a working limit of 3,500 pounds,

(e) Towing slings rated at 3,000 pounds minimum,

(f) Tow chains 5/16" alloy or OEM specs., J/T Hook Assembly,

(g) Amber warning lights with front and rear directional flashing capabilitywith an on/off switch in cab (Required on all tow trucks - Amber light barpreferred. Light bar must be affixed to top of cab or securely mounted

Page 70: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 7

above cab, where it can be clearly seen in all directions - must comply withheight requirements),

(h) Power outlets (hot boxes), front and rear mounted, with outlets compatibleto 12-volt booster cables with minimum 25' cables,

(i) Heavy duty, 60+ AMP battery,

(j) Suitable cab lighting,

(k) Trailer hitch capable of housing a 1 7/8" ball and 2" ball,

(l) One (1) 1 7/8" ball and one (1) 2" ball,

(m) Rear work lights,

(n) Safety chain D-Ring or eyelet mounted on rear of truck.

5. The tow truck driver shall be required to complete a pre-operation inspection oftheir tow truck, as well as inventory the required equipment prior to the start ofeach shift. An inspection/inventory sheet shall be completed prior to the startof each shift. The sheets must be kept on file at the tow company's office andavailable for inspection by OPD employees, upon request. Any item missing orsafety equipment violation must be replaced/repaired prior to the start of theshift. It shall be the tow company's responsibility to make sure the inspection isperformed and completed,

6. Note: this section is required for all classes of tow trucks.

(b) Class B - medium duty, Class C - heavy duty and Class D - super heavy duty:

(a) The tow service shall maintain at least one tow truck with a manufacturer's grossvehicle weight rating (GVWR) of 19,501 to 33,000 pounds. The truck shall becapable of providing air to the towed vehicle.

(a) The tow service may also have a car carrier; however, the car carrier mustbe an additional unit.

(c) Class C - heavy duty:

1. The tow service may maintain at least one, three axle tow truck with amanufacturer's gross vehicle weight rating (GVWR) of at least 33,000 pounds.The truck shall be equipped with air brakes and must be capable of providingair to the towed vehicle,

2. The tow service shall enroll all three axle tow trucks in the California HighwayPatrol's Bi-annual Inspection of Terminals (BIT) Program and shall comply withall BIT requirements.

(d) Class D - super heavy duty:

Page 71: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 8

1. The tow service may maintain at least one three-axle tow truck with amanufacturer's gross vehicle weight rating (GVWR) of at least 50,000 pounds.The truck shall be equipped with air brakes and must be capable of providingair to the towed vehicle,

2. The tow service shall enroll all three axle tow trucks in the California HighwayPatrol's Bi-annual Inspection of Terminals (BIT) Program and shall comply withall BIT requirements,

3. To properly and safely tow and service the wide variety of vehicles beingoperated on the highway, a towing procedure may require the use of auxiliaryequipment specifically designed for the purpose. This auxiliary equipmentshould be used when recommended. A listing of service and auxiliary equipmentfor each classification can be found in the OPD form entitled, "Tow ServiceAgreement Equipment Specifications."

(e) Identification labels and vehicle markings.

1. Each piece of towing equipment shall have a label or I.D. tag permanently affixedto the equipment in a prominent location to identify the manufacturer's serialnumber, model and rated capacity. Manufacturer's specification pamphlets mayserve in lieu of rating plates if the rating plates are illegible or damaged. Itis the tow company's responsibility to provide the police department with thisinformation and a copy of same shall be kept in a safe place in the cab of thetow truck.

2. All controls to operate the tow truck shall be clearly marked to indicate properoperation as well as any special warnings or cautions.

3. All tow trucks under city contract, shall clearly display in contrasting colors, thename of the tow company, address, phone number, truck number and the words"Official Police Tow," on both sides of the vehicle. The tow service shall berequired to keep all markings, title and logos clean and in readable condition.

4. Assigned truck numbers shall be placed on both sides of the tow truck. Thenumbers shall be placed above the midpoint in height on the vehicle and shallbe of 2" minimum height.

5. If a tow service terminates its agreement with the city, or is terminated, the towservice shall remove all descriptions from equipment showing any affiliation withthe City of Orange and or the OPD.

502.4.1 TOWING OF OVERWEIGHT, OVERSIZE VEHICLES, EQUIPMENT - PERMITREQUIRED PER THE CURRENT O.M.C.

(a) It is unlawful for any person, firm, association or corporation to move or operateupon any highway in the City of Orange, any vehicle, combination of vehicles, mobile

Page 72: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 9

equipment or load which weighs or measures in excess of the weight, width, height orlength permitted by Division 15 of the California Vehicle Code, unless an applicationhas been filed with and a permit issued by the Director of Public Works for the Cityof Orange.

(b) Tow trucks - Disabled legal vehicles or legal combination of vehicles may be towedon city highways to the nearest appropriate place of repair, or to the nearest securestorage area that is appropriate for the vehicle or load, whichever is closest and mostaccessible. It is not the intent of this section to allow these vehicles to be towed to theirultimate destination for convenience, unless that destination meets the above criteria.

(c) Disabled legal vehicles or combination of vehicles, when connected to a tow truckmay exceed legal gross weight (refer to the California Vehicle Code). When one endof a truck or truck tractor of legal weight is elevated by a tow truck, the drive axles ofthe tow truck and/or the drive axle or axles of the disabled vehicle may exceed legalaxle or axle group weight limitations. If any axle or axle group exceeds legal weight,movement is limited to the approved city truck routes or a route approved by the Cityof Orange Traffic Engineer.

(d) Towing permit loads and/or vehicles - Disabled vehicle or combination of vehiclewhose movement is authorized by a transportation permit or any disabled vehicleor combination of vehicle which because of damage has incurred distortion in widthor height thereby causing an excess in legal dimensions may only be moved at thedirection of a peace officer or an extra legal load permit issued by the City of OrangeDepartment of Public Works.

1. Note: All tow companies are required to purchase an annual transportationpermit from the Department of Public Works, and shall send a copy of same tothe OPD for filing within ten days after receipt of permit. All conditions of thepermits must be followed.

(e) Possession of permit - The permit shall be carried in the vehicle to which it refersat all times while the vehicle is being moved within the highway limits and shall beopen to inspection by Orange Police Department personnel, any California VehicleSafety Alliance Officer, authorized agent of the City of Orange, or any other officeror employee charged with the care and protection of such highways per refer to theCalifornia Vehicle Code.

502.4.2 TOW TRUCK DRIVERS

(a) The tow service shall ensure that only qualified and competent tow drivers respondto calls initiated by the OPD. Tow truck drivers shall be sufficiently experienced in thetasks of tow truck operations and proficient with all required equipment to provide safeand proper service. All tow truck operators must be capable of demonstrating their towoperating abilities upon request of any peace officer. Additionally, the drivers will berequired to exercise good, sound judgment in carrying out their duties. Any driver foundworking without being properly trained and qualified will be prohibited from further dutyand the tow services contract may be terminated immediately. Tow truck drivers shallbe at least 18 years-old and possess the following minimum class driver's license:

Page 73: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 10

1. Class A tow trucks - a valid Class C (3) license or a valid Class A (1) licensewith a valid medical certificate,

2. Class B tow trucks - a valid Class A (1) license with a valid medical certificate,

3. Class C tow trucks - a valid Class A (1) license with a valid medical certificate,

4. Class D tow trucks - a valid Class A (1) license with a valid medical certificate.

(b) The Class A (1) license must be endorsed to allow operation of special vehicleconfiguration and/or special cargoes. Tow truck drivers shall have the proper class oflicense and endorsement(s) for vehicle and cargo being transported as shown below:

1. VEHICLE TYPE OF CARGO - Pulling more than one trailer,

(a) Class License - A

(b) Endorsement Code - T

2. VEHICLE TYPE OF CARGO - Transporting passenger for hire,

(a) Class License - A or B

(b) Endorsement Code - P

3. VEHICLE TYPE OF CARGO - Tank vehicle,

(a) Class License - A or B

(b) Endorsement Code - N

4. VEHICLE TYPE OF CARGO - Hazardous materials,

(a) Class License - A, B, or C

(b) Endorsement Code - H

5. VEHICLE TYPE OF CARGO - Tank vehicle with hazardous materials.

(a) Class License - A, B, or C

(b) Endorsement Code - X

(c) Whenever tank vehicles, double trailers and hazardous materials carriers are towed ordriven, the driver needs to possess the appropriate class of license and endorsement.

(d) Empty buses can be towed without the passenger transport endorsement, but the towtruck driver must have the passenger transport endorsement if they drive the bus,even without passengers.

(e) Tow truck drivers may obtain a Class A driver's license which is restricted to towingother vehicles.

(a) The actual driving of damaged vehicles or vehicles being serviced requires thatthe Class A license not be restricted to towing vehicles.

(f) In order to obtain an unrestricted Class A license, the applicant must pass the drivingtest in a conventional type Class A vehicle (tractor, and semi-trailer, truck and trailer,etc.).

Page 74: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 11

(g) Commercial vehicle operators or operators of vehicles requiring a special certificatemust possess both the appropriate license and certificate and be in possession of avalid medical card.

(h) The towing service and its drivers shall, at all times, keep itself fully informed andcomply with all existing and future federal, state, and local laws and ordinancesapplicable to the towing service.

(i) The tow service shall maintain a current list of drivers and shall furnish a copy ofsame to the OPD on, or before, the 10th day of each month. This list shall containcurrent information on owner(s) and drivers. They will furnish residence address, city,zip code, and phone numbers, date of birth, driver's license number, unit number,tow operator's permit number, date of permit, date of hire, date of current list andany other personnel information that may be requested by the police department.This information shall be supplied on a Towing Service Personnel Report (OPD FormT-77). A tow company representative must sign this form. False and/or misleadinginformation is cause for termination. The list shall be legible and mailed to the policedepartment, not faxed.

(j) Drivers having a poor driving record and who remain in the employment of the towingservice as drivers, when said towing service has knowledge of that driving or shouldhave known, will constitute grounds for suspension or termination of the towing servicefrom the rotation list. This includes drivers leasing equipment of said tow companies.

(a) A driving record reflecting more than three citations involving moving violationsof the California Vehicle Code within the preceding two years constitutes a poordriving record.

(b) A driving record reflecting two convictions for driving while under the influence ofintoxicating liquor or narcotic/drugs or both, or one conviction for driving underthe influence of an intoxicating liquor or narcotic / drugs or both, while operatinga tow truck, within the preceding two years constitutes a poor driving record.

(c) The OPD maintains strict drug and alcohol policies. Any tow truck driver foundworking under the influence of drugs or alcohol will be dismissed immediatelyor arrested.

(k) The tow service will maintain a minimum of one driver on-duty at all times. In addition,at least one driver will be on stand-by at all times.

(l) Operators of tow trucks shall be photographed, fingerprinted and a backgroundinvestigation check conducted by the OPD. The tow driver shall obtain an operator'spermit from the Business License Division of the Finance Department, in accordancewith the current Orange Municipal Code. This permit shall be carried at all times whileengaged in tow service operations, and shall be presented upon demand of policepersonnel or a citizen whose vehicle is being serviced or towed.

(m) Tow drivers shall not enter into a closed roadway or closed accident/crime scene (i.e.cones, flares, barricades, crime scene tape or vehicles blocking roadway) until directedto do so by police personnel at the scene.

Page 75: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 12

502.4.3 GENERAL SPECIFICATIONS

(a) Equipment limitations:

1. All towing equipment, recovery equipment, and carrier ratings are based onstructural factors only. Actual towing, carrying, and recovery capacity may belimited by the capacity of the chassis and the optional equipment selected.

(b) Towing limitations:

1. The criteria to determine the safe towing limits for a truck are,

(a) The total weight of the truck, including the lifted load, must fall withinthe Manufacturer's Gross Vehicle Weight Rating (GVWR) and not exceedeither the Front or Rear Axle Weight Ratings (FAWR, RAWR),

(b) The truck must meet all applicable state and/or federal standards,

(c) For proper steering and braking, the front axle load must be at least 50%of its normal or unladen weight after the load is lifted.

(c) Recovery equipment rating:

(a) The basic performance rating of the recovery equipment is the weight theequipment can lift in a winching mode, when the boom is static at a 30-degreeelevation with the load lines vertical and the lifting cables sharing the loadequally, measured with a live load (weight or load cell).

(a) The structural design of the recovery equipment must have a higher loadcapacity than the performance rating(s).

(b) Winches shall conform to or exceed the specifications set forth by theSociety of Automotive Engineers (SAE) Handbook, SAEJ706.

(c) All ratings for cable and chain assemblies are for the undamagedassembly condition. All cable and chain assemblies should be the sametype, construction and rating as specified by the Original EquipmentManufacturer (OEM) for the equipment.

(d) Safety chains:

1. Safety chains shall be rated at no less than the rating specified by the OEM.

(e) All tow trucks shall display signs on both sides containing the tow company name, onebusiness address and telephone number. The signs shall be permanently affixed andin compliance with the requirements of refer to the California Vehicle Code.

502.5 RATES

(a) Fees charged for response calls originating from the Orange Police Department shallbe reasonable. The fees charged will be contained in the City of Orange Tow ServiceAgreement.

Page 76: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 13

(b) The schedule of rates charged by the tow service shall be available in the tow truckand shall be presented upon demand to person(s) for whom the tow services wereprovided, or their agent, or any OPD officer at the scene.

(c) The rate for towing shall be computed from portal to portal from the place of business.The time expended for towing shall be charged at a rate not to exceed the hourly rate.There shall be no additional charges for mileage, labor, etcetera. However, vehiclesbeing towed out of the city may be charged additional fees (refer to the Tow ServiceAgreement). The customer will be charged a specified amount per mile from sceneof pick-up to destination. Any secondary towing requested by the customer may benegotiated by the tow service in accordance with their private business practices.However, the tow service or their tow truck driver shall inform the customer if there isany difference in the rate for the secondary tow service and provide a general verbalestimate of what the final cost will be.

(d) When a tow service responds to a police rotation call, whether or not the truck used isof the necessary class or greater to fulfill the duties as requested, the tow service shallonly be compensated at the rate established for the lowest class of truck necessaryto fulfill the duties required and not at the rate for the truck used to complete same.

(e) Charges for the towing and storage of combination vehicles is considered excessivewhen one tow truck tows a truck tractor and a set of semi trailers, and the owner ortheir agent is charged for three separate tows. This is considered one tow. If a towtruck is sent to the scene of an overturned tractor/trailer rig and another tow truck isneeded for clean-up and recovery operations, the tow service will be allowed to collectfees for the additional tow truck at the hourly rate for the class of tow truck and shall bebilled in 15 minute increments. If three tow trucks are used (i.e. one tow for the trucktractor and one each for the semi trailers), the tow service will be allowed to collectfees for three separate tows.

1. Charges for storage shall be based on the overall length of the combination ofvehicles.

502.5.1 FEES FOR SPECIAL OPERATIONS

(a) For special operations involving Class B, C, or D tow trucks, the tow service shallsubmit to the Orange Police Department the proposed fees for vehicle recoveryoperations and load salvage operations. Fees shall be reasonable and not in excessof those rates charged for similar services provided in response to requests initiatedby any other public agency or private person. Charges in excess of one hour shall becharged in 15-minute increments.

(b) Hourly rates shall be established for the following:

1. Auxiliary equipment (i.e. air bags, converter gear/dolly, additional trailers, etc.),

2. Contracted equipment (i.e. air bags, converter gear/dolly additional trailers,forklifts, scoop loaders, etc.),

3. Hourly rates for contract labor:

(a) Personnel in excess of one driver per tow truck,

Page 77: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 14

(b) Driver of customer vehicle (in lieu of towing this vehicle).

(c) The police department shall approve the fees for these types of operations based uponprevailing rates for like services performed by other tow services within the county.

(d) The tow service shall not participate in any special operations at the request of thepolice department unless their rates for special operations have been approved bythe police department.

(a) A "vehicle recovery operation" is an operation involving the process ofup-righting an overturned vehicle which would require the use of auxiliaryequipment, due to size or location of the vehicle. This will normally be limited tooperations requiring a Class B, C, or D tow truck.

(b) A "load salvage operation" is any operation involving the recovery of a loadwhich has been spilled, or the off-loading and reloading of a load from anoverturned vehicle performed in order to up-right the vehicle. This will be limitedto operations involving a Class B, C, or D tow truck.

(e) The total fees charged for after normal business hours (commonly known as a gatefee) release shall be at a flat rate as specified in the Tow Service Agreement, andshall only be allowed if there is no person on-duty at the storage facility for releaseand a call-back is required.

(a) An employee on-duty as a dispatcher or security guard shall be exempt as longas they are performing only their primary job duties.

(b) For the purposes of this policy, "normal business hours" shall be 8:00 a.m. to5:00 p.m., Monday through Friday, except legal holidays.

502.5.2 STORAGE FEES

(a) Storage fees shall be approved by the Orange Police Department based uponprevailing rates charged by other tow companies for like services within the county.

(b) The tow service shall display, in plain view at all cashiers stations, a sign as describedin the California Civil Code, disclosing all storage fees and charges in force, includingthe maximum storage rate.

(c) Vehicles stored 24 hours or less shall be charged for no more than one day storage.Thereafter, each day of storage shall be calculated by calendar day.

(d) The tow service or any employee, shall accept a valid bank credit card or cash, at thecustomer's discretion, for payment of towing and/or storage.

502.5.3 FINANCIAL RECORDS

(a) No contracted tow service or applicant shall be directly involved in the towing relatedbusiness of any other contracted tow service or applicant within the City of Orange.Directly involved shall mean anything in common between contracted tow companiesor applicants with regard to any of the following:

Page 78: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 15

1. Business licenses,

2. Insurance,

3. Tow truck or equipment ownership,

4. Employees.

(b) Storage facilities owned by a towing service, and shared with another towing service,shall only be approved if the owner/operator charges for the space exclusively on aflat monthly rate rather than a vehicle-by-vehicle basis, or combination thereof.

(c) The sale or transfer of controlling interest in a company may terminate the agreementwith the City of Orange without cause. Should termination occur, the new owner(s)may apply for rotation tow listing at the discretion of the city, at the beginning of anew contract.

502.5.4 BUSINESS RECORDS

(a) The tow service shall maintain records of tow services furnished related to theexecution of the tow service agreement, including a description of vehicles, nature ofservice, dates and times, location of calls, total itemized costs of towing and storage,and driver's name. The OPD may inspect all tow company records, without notice,during normal business hours. If requested by a tow service, the police departmentwill furnish them with the computer-generated activity on the Police Rotation Tow List.All requests must be reasonable.

1. Records shall be maintained and available for inspection for a period of twoyears plus the current term of the City Agreement.

(b) The tow service shall also maintain business records relating to personnel, insurance,personnel taxes, payroll, applicable Public Utilities Commission (PUC) operatingauthorities, local operating authorities, Federal Communications Commission (FCC)licensing and non-Orange Police Department requested tows.

502.5.5 INSPECTIONS

(a) Tow Trucks:

1. Physical inspection indicates that the applicant's tow vehicles comply with allequipment and/or safety requirements of the California Vehicle Code, this policyand the Tow Service Agreement,

2. Such inspection is to be conducted by the department's commercial enforcementofficer, a Traffic Bureau supervisor, or his/her designee, on an annual basis.The California Highway Patrol may do this inspection. If so done, the inspectionsheet will be forwarded to the Traffic Bureau for their files. If done by departmentpersonnel, the Tow Truck Inspection Guide shall be used. Tow trucks found inviolation of the Vehicle Code shall be repaired immediately and shall not returnto service until approved by the department's commercial enforcement officer,a Traffic Bureau supervisor, or his/her designee.

Page 79: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 16

(b) Tow Facility:

1. The OPD reserves the right to inspect tow service facilities and/or its equipmentat any time. Inspections will, at a minimum, be conducted annually. However,inspections shall be conducted when the city contract expires and the towservice wishes to renew its agreement with the city. A formal report shall be filedon OPD Form T-75,

2. Other city departments, county, state, and federal agencies may be called toassist with any inspection.

(c) If any deficiencies and/or equipment violations are discovered, the tow service will beso advised in writing. The tow service will be given seven calendar days to rectify thedeficiency and/or violation. This applies to all facilities or equipment, other than towtrucks, found in violation of the California Vehicle Code and damage to the fence orwall structures as previously noted in the current policy manual..

(d) Failure to comply with the above requirements shall result in the tow service beingsuspended from the police department rotation list until the deficiency and/or violationis corrected.

(e) Refusal to allow any inspection relating to tow trucks, equipment, administrative/billingsite, storage facilities or business records, shall be cause for immediate suspension.

502.5.6 REMOVAL AND DISPOSAL OF DEBRISOn traffic collision calls, each tow service shall clean-up and remove all debris from the collisionas required by police personnel at the scene. No vehicle shall be moved, nor shall any debrisbe swept or picked-up, until the investigating officer or a supervisor has given approval to do so.Once removed, all debris shall be disposed of in a proper manner. In no event shall debris bedeposited in the wrecked vehicles, left on the street or on the sidewalk.

(a) Each tow truck that is approved for police towing shall have two metal trashcans withtightly secured or locking lids. One can will be used for trash and debris and the othershall contain sand or absorbent. Each can shall not have a capacity of less than 5-gallons.

(b) Hazardous material spills and related debris shall be handled by the Orange FireDepartment. Minor oil, diesel and fuel spills will continue to be handled by the towdrivers. All state and federal EPA Guidelines shall be followed.

502.6 COMPLIANCE WITH LAW

(a) The contractor and their tow truck drivers shall comply with federal, state and locallaws and ordinances, which include, but are not limited to, the requirements includedin this order.

(b) Any felony conviction of the contractor or any actions by the contractor that wouldreflect unfavorably upon the OPD shall be cause for denial of an application ortermination of the Tow Service Agreement.

Page 80: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 17

(c) Any felony conviction of an employee or any actions by the employee that would reflectunfavorably upon the Orange Police Department shall be cause for the removal of theemployee from the list of current OPD rotation tow truck drivers.

1. Any contractor or employee charged with a felony crime shall be placed onadministrative leave until the case is adjudicated.

502.6.1 COMPLIANCE WITH AGREEMENT AND DEPARTMENTAL ORDER

(a) The contractor must agree, as a condition of inclusion on the rotation tow list, tocomply with the terms and conditions of this policy and the Tow Service Agreement.Furthermore, the contractor must agree that failure by the contractor or their agentsto comply with these terms and conditions shall be cause for a written reprimand,suspension or termination. Orange Police Department personnel will investigatealleged violations of this policy or the Tow Service Agreement.

(b) In order to remain on the rotation tow list, each contractor shall sign a copy of thispolicy indicating they have received a copy and have read and understood the rules,regulations and requirements.

1. Said copy shall be placed in the contractor's tow file, in the Traffic Bureau ofthe OPD.

502.6.2 DISCIPLINARY ACTIONS

(a) Complaint investigation:

1. The tow company liaison supervisor or his/her designee shall investigate anddocument all complaints against rotation tow contractors made by the public,OPD employees and allied agencies.

(a) The required documentation should include the following information:

1. The identities of the tow service and/or tow driver(s), the complainantand any witnesses,

2. A brief summary of the nature of the complaint,

3. A listing of all pertinent facts,

4. A listing of the conclusions reached as a result of the investigation.

(b) The tow service shall be notified of the findings within 30 calendar daysfollowing completion of the complaint investigation.

(c) If, during the course of an investigation, the contractor severs itsrelationship with the OPD, the investigation of the complaint will continueuntil completed.

1. The report and findings will be retained for five years.

(d) All records concerning violations of the agreement shall be retained for aperiod of five years from the date of the violation.

Page 81: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 18

(b) Disciplinary action:

1. Disciplinary action for violations of this policy, the Tow Service Agreement,or any federal, state or local ordinances may result in a written reprimand,suspension or removal.

(c) Demerit point system:

1. The tow company liaison supervisor or Tow Review Board may applyadministrative sanctions depending on the type of offense and or misconduct.Sanctions shall remain on the contractor's record for the life of the currentcontract.

(d) The following demerit point schedule shall be used when applying administrativesanctions.

1. Criminal - misdemeanors

(a) Each Violation = 50 demerit points

2. Vehicle Code - misdemeanors

(a) Each Violation = 50 demerit points

3. Vehicle Code - misdemeanor equipment violations

(a) Each Violation = 10 demerit points

4. Vehicle Code - infraction

(a) Each Violation = 5 demerit points

5. Vehicle Code - critical item equipment violations

(a) The following equipment violations are subject to ten (10) demerit pointsper violation:

1. Any steering components worn or defective,

2. Brake lights not working on tow truck or drag lights, when towing avehicle,

3. No low-air warning device on the air brake system,

4. Brake lines or hoses that are worn or defective,

5. Brakes out of adjustment by 20% or more,

6. Defects in the frame of the vehicle or in the tow bed of the vehicle,

7. Any cracks in wheel rims,

8. Worn or defective winch cable,

9. Overhead warning lights missing or defective,

10. Parking brake system defective or not adequate for load or grade,

11. Winch not properly secured to vehicle (cracks in welds or loosebolts),

Page 82: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 19

12. Wheel lift assembly defective,

13. Bed safety locks worn, damaged or missing,

14. Safety chains worn or damaged,

15. Front tires worn less than 2/32 of tread,

16. Air loss (unapplied) 2 PSI per minute for three vehicles or more incombination,

17. Air loss (applied) 3 PSI per minute single vehicle, 4 PSI per minutefor combination of two vehicles, or 6 PSI per minute for three vehiclesor more in combination.

6. Criminal felonies - administrative leave until case is adjudicated.

(a) If the case results in a conviction, the contractor will immediately bereleased from the contract.

7. Public service - citizen complaints (sustained)

(a) 25 demerit points per violation

8. Administrative infractions (refer to the policy manual regarding Tow CompanyGuidelines and Rotation Tow Listing, and the Tow Service Agreement)

(a) 15 demerit points per violation

(e) The tow service liaison supervisor or Tow Board shall have the authority to increasedemerit points based upon the severity of the circumstances or frequency of similarviolations.

(f) Demerit points shall be removed from the tow company's records after one year fromdate of violation.

(g) Suspension schedule

1. 100 demerit points = 30 days suspension

2. 150 demerit points = 60 days suspension

3. 200 demerit points = Removal from rotation list

(a) Once removed, the tow service will not be allowed to reapply for therotation tow list for a period of five years from the date of removal.

(h) A violation of overcharging shall be cause for immediate suspension. The Chiefof Police or his/her designee shall determine the period of the suspension. Thesuspension will remain in effect until the period of suspension is completed and thetow service presents proof that reimbursement has been made to the aggrievedcustomer(s).

(i) A violation of the Bi-annual Inspection of Terminals (BIT) Program requirements shallbe cause for immediate suspension. The Chief of Police or his/her designee shalldetermine the period of the suspension. The suspension will remain in effect until theperiod of suspension is completed and the tow service presents proof of compliancewith the BIT requirements.

Page 83: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 20

(j) Failure of the tow service to reimburse the vehicle or property owner for damage or lossthat occurred while the vehicle was in their possession shall result in a suspension.The Chief of Police or his/her designee shall determine the period of suspension. Thesuspension will remain in effect until the period of suspension is completed and thetow service has presented proof of reimbursement.

(k) Nothing herein shall be deemed to prohibit the police department from immediatelysuspending any tow operator/contractor whose conduct, or conduct of theiremployee(s), is deemed to be a danger to the motoring public, or who has engagedin conduct constituting a gross violation of this policy and/or the City Tow ServiceAgreement.

(l) Any violation of this policy by a tow driver or towing service shall be documented onOPD Form T-76 and forwarded to the Traffic Bureau for administrative follow-up. Thepublic shall be given OPD Form T-79 for citizen complaints.

(m) When a formal complaint is filed with the OPD, the tow company liaison supervisoror his/her designee shall, within ten working days, mail, fax or deliver to the affectedtow service a copy of OPD Form T-76 or T-79, or a letter informing the owner(s) ofthe complaint(s).

(n) The tow service shall respond to the complaint(s) in writing within ten working daysupon notification of a complaint. Any and all documents related to the complaint(s)shall be submitted with the tow company's formal response letter.

(a) EXCEPTION: No documents or notice shall be mailed, faxed or delivered if it isdetermined that notification will impede or interfere with a police investigation.

(o) After careful review of the tow service response by the Traffic Bureau sergeant, thepolice department shall notify the tow service in writing of any proposed disciplinaryaction. The tow service may request, in writing to the Chief of Police and within sevencalendar days of the receipt of the notification, a review by the Towing Review Board.

(p) The police department shall schedule the review meeting as soon as practicable andin no case beyond seven days from the request for a review.

(q) If the tow service (operator/contractor) fails to request a review or fails to attend ascheduled review meeting, the proposed sanction(s) will take effect immediately, oras scheduled.

502.6.3 TOWING REVIEW BOARD

(a) The City of Orange Towing Review Board has been created and empowered toexamine misconduct or offenses by contract tow providers.

1. The Board shall consist of a Traffic Bureau lieutenant, a Traffic Bureau sergeantand City of Orange purchasing officer or his/her designee. The investigator maybe included, if requested by the Traffic Bureau lieutenant.

2. If legal counsel represents the tow service, the towing service shall inform theBoard (OPD or General Services) in writing at least five working days prior to

Page 84: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Orange Police DepartmentOrange PD Policy Manual

Tow Company Guidelines and Rotation Tow Listing

Copyright Lexipol, LLC 2021/01/04, All Rights Reserved.Published with permission by Orange Police Department

Tow Company Guidelines and Rotation TowListing - 21

their scheduled hearing. The City Attorney's Office shall be notified and mayrepresent the city during the review process.

(b) The following shall apply to the conduct of the review meeting:

1. The review is an informal administrative hearing,

2. The reviewing officer should tape record the review meeting and provide a copyof the tape recording to the tow operator or their attorney upon request,

(a) Appropriate fees may be charged for the copy of the tape recording.

(b) The appellant may tape record the review.

3. The appellant may present testimony of related experts, tow truck associationrepresentatives, or other qualified persons,

(a) Witnesses shall limit their testimony to the facts of the case being heard.

4. The appellant may present evidence on their behalf,

(a) This evidence must relate directly to the facts being considered.

5. The reviewing officer should utilize the department's investigative report of thecase being heard rather than the direct testimony of the department's witnesses,

6. After reviewing the case, the Board shall either sustain, not sustain or unfoundthe allegation(s) charged,

7. Based on its findings, the Board may concur with the disciplinary actionrecommended by the Tow Company Liaison Supervisor or may increase ordecrease the penalty, or reinstate to the police rotation tow list,

8. The Board's decision shall be presented to the Chief of Police or his/herdesignee for review. The Chief of Police or his/her designee may concur withthe Board's findings, modify the recommended sanctions, or take any otherreasonable action necessary to protect the public and uphold the integrity andprofessional image of the City of Orange and the OPD,

9. The police department shall notify the tow service, in writing, of its decision withinseven calendar days of the date of the hearing.

Page 85: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 1 of 6

Attachment F – Standard Terms and Conditions

CITY OF ORANGE

CONTRACT - GENERAL CONDITIONS

1. Acceptance of the Proposer’s offer contained in this Contract is expressly limited to theterms and conditions of such offer as herein stated.

2. No charges for taxes, transportation, boxing, packaging, crating or returnable containerswill be allowed and paid by the City unless separately stated hereon. All sales, use, exciseor similar taxes to be paid by the City must be itemized separately hereon and on invoices.

3. The City's obligation to pay the sum herein stated for any one fiscal year shall becontingent upon the City Council of the City appropriating the necessary funds for suchpayment by the City in each fiscal year during the term of this Contract. For the purposesof this paragraph a fiscal year commences on July 1 of the year and continues throughJune 30 of the following year. In the event that the City Council of the City fails toappropriate the necessary funds for any fiscal year, then, and in that event, the Contractwill terminate at no additional cost or obligation to the City.

4. The Contractor shall deliver the materials, equipment, supplies or services, or cause thework to be performed, within the time and in the manner specified in the Contract. Timesand dates stated herein are of the essence. If at any time the Contractor has reason tobelieve that deliveries will not be made as scheduled, written notice setting forth the causeof the anticipated delay shall be given immediately to the City. Freight charges must beprepaid. C.O.D. shipments will not be accepted.

5. The City reserves the right at any time to make changes in drawings and specifications,in methods of shipment and packaging and in place of delivery as to any articles coveredby this Contract. In such event there will be made an equitable adjustment in price andtime of performance mutually satisfactory to the Contractor and the City; but any claim bythe Contractor for such an adjustment must be made within thirty days of such change.

6. The contractor warrants that the goods, machinery, or equipment delivered or the workperformed hereunder shall conform to the specifications, drawings, samples or otherdescription specified by the City and shall be fit and sufficient for the purpose intended,merchantable, of good material and workmanship, in good working order and free fromdefect or faulty workmanship for a period of one year. When defective goods, machinery,or equipment or faulty workmanship is discovered which requires repair or replacementpursuant to this warranty, the Contractor shall provide all labor, materials, parts andequipment to correct such defect at no expense to the City.

7. The Contractor shall defend, indemnify and hold the City, its officials and employeesharmless from any and all loss, damage, liability demands, claims, causes of action, costs

Page 86: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 2 of 6

and expenses (including reasonable attorneys' fees) for injuries to persons (includingdeath) or damage or destruction of property connected with or arising from the negligentacts or omissions of the Contractor, its agents or employees in the performance of thisContract.

8. The City reserves the right to terminate this Contract at any time in whole or in part eventhough the Contractor is not in default hereunder. In such event there will be made anequitable adjustment of the terms that is mutually satisfactory to the City and theContractor. Upon receipt of any notice of such termination, the Contractor shall, unlesssuch notice otherwise directs, immediately discontinue all work on the Contract anddeliver, if and as directed, to the City all completed and partially completed articles, workin process and materials purchased or acquired for performance of the Contract. Theprovisions of this paragraph shall not limit or affect the right of the City to terminate thisContract immediately upon written notice of breach. In the event of termination, the bondsshall remain in effect for six (6) months after the date of termination to provide surety thatany remedial work required at the time of termination will be completed, and that anyvendors or laborers will be paid.

9. The City reserves the right to cancel this Contract or any part thereof and reject deliveryof goods if delivery is not undertaken and completed when specified and in accordancewith specifications. The Contractor shall be charged for any direct losses, but not anyconsequential damages, sustained by the City by reason of such delay or failure,excepting losses caused by a delay for reason beyond the Contractor's reasonablecontrol. Direct losses shall include but not be limited to any costs to the City in excess ofthe contract price of obtaining goods from other sources similar to those canceled orrejected hereunder.

10. The City shall pay to the Contractor the price or prices specified in the Contract on deliveryof the materials, equipment, supplies, or services and acceptance thereof by the CityManager or his designee, or upon completion of the work to be performed and acceptedthereof, as specified in the Contract. Defective articles or articles not in accordance withthe City's specifications shall be held for the Contractor's instructions at the Contractor'srisk, and if the Contractor so directs will be returned at the Contractor's expense.

11. No return or exchange of material, equipment or supplies shall be permitted without writtenapproval of the City Purchasing Officer.

12. All royalties for patents, or charges for the use of patents, which may be involved in anyarticle to be furnished under this Contract shall be included in the Contract price.

13. In cases where a price subject to escalation has been agreed upon, all claims for suchprice escalation must be received by the City within 60 days after date of final shipment.The price escalation shall be shown as a separate item on the invoice. Unless anescalator clause has been shown as a specific part of this Contract the Contractor shallnot be entitled to reimbursement for costs incurred due to escalation.

14. All materials, supplies and equipment provided under this Contract shall be in fullcompliance with the Safety Orders and Regulations of the Division of Industrial Safety ofthe State of California, Title 8, California Administrative Code (CAL/OSHA) and allapplicable OSHA regulations as well as all other applicable California Administrative

Page 87: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 3 of 6

Codes. The Contractor agrees to indemnify and hold the City, its officials, and employeesharmless for, of and from any loss, including but not limited to fines, penalties andcorrective measures, the City may sustain by reason of the Contractor's failure to complywith said laws, rules and regulations in connection with the performance of this contract.

15. The Contractor shall keep confidential and not disclose to others or use in any way to thedetriment of the City or any other party, confidential business or technical information thatthe City may disclose in conjunction with this Contract or the Contractor may learn as aresult of entering City property to deliver goods, machinery or equipment or to performWork hereunder.

16. This Contract shall not be assigned in whole or in part, nor any duties delegated withoutthe City's prior written approval.

17. The remedies herein reserved shall be cumulative and additional to any other remediesat law or in equity. The City's failure to object to provisions contained in anycommunication from the Contractor shall not be deemed an acceptance of such provisionsor a waiver of the provisions of this Contract. No waiver of any of City's rights or remedieshereunder shall be deemed made unless done expressly in writing. The waiver of anybreach of this Contract shall not be held to be a waiver of any other or subsequent breach.

18. This Contract shall not be amended, modified or rescinded, except by written agreementsigned by the parties and expressly referring to this Contract.

19. Any indebtedness of the Contractor to the City may at the City's option be credited againstamounts owing by the City hereunder.

20. The Contractor shall indemnify, hold harmless and defend the City, its officials andemployees from any damage, loss, cost, liability, cause of action or expense, whether ornot reduced to judgment, including reasonable attorney's fees, arising from anyinfringement or claimed infringement of any patent, trademark, copyright, or any otherproprietary right or misappropriation of confidential information or trade secrets of any thirdparty and based on the manufacture, sale or use of goods, machinery, or equipmentsupplied hereunder, and/or on the provision of any services hereunder.

21. The Contractor shall furnish further itemization and breakdown of the Contract price whenrequested by the City.

22. The Contractor, in the performance of any work or the furnishing of any labor under thisContract, shall be considered as an independent Contractor. The Contractor, his agents,subcontractors and employees, shall not be considered as employees of the City.Contractor shall be solely responsible for any and all withholding of income taxes, paymentof unemployment insurance and other duties of an employee under state and federal law,and hereby indemnifies, defends and holds City harmless from any and all liabilitiesarriving from or related to any such duty.

23. NON-DISCRIMINATION

In the performance of any Contract awarded pursuant to these specifications, theContractor shall not discriminate against any employee or applicant for employment

Page 88: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 4 of 6

because of age, sex, marital status, physical handicap, race, color, religion, ancestry, ornational origin. Contractor will take affirmative action to ensure the applicants areemployed, and that employees are treated during employment without regard to their age,sex, marital status, physical handicap, race, color, religion, ancestry or national origin.Such action shall include, but not be limited to the following: employment, upgrading,demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates ofpay or other forms of compensation; and selection for training, including apprenticeship.Contractor shall post in conspicuous place, available to employees and applicants foremployment, notices setting forth the provisions of this fair Employment Practicesparagraph.

24. The Contractor shall comply with all applicable federal, state and local laws pertaining tothe subject matter hereof or in any way regulating the activities undertaken by Contractoror any subcontractor hereunder.

25. If at any time during the progress of the Work, the Contractor shall allow any indebtednessto accrue for labor, equipment, or materials, or which may become a claim, lien, or stopnotice right against the City, the Contractor shall immediately upon request from the Citypay such claim or indebtedness or cause such lien of stop notice to be dissolved anddischarged by giving a bond or otherwise and, in case of his failure so to do, the City maywithhold any money due the Contractor until such claim or indebtedness is paid or mayapply such money toward the discharge thereof; or in such event the City may, at itsoption, declare this Contract to be terminated, take possession and control of the Work,and complete the same or cause the same to be completed according to the specifications.Contractor shall pay to City the difference between the Contract price and the actual costto the City in completing or causing the Work to be completed.

26. The Contractor shall carry on the Work at his own risk until the same is fully completedand accepted and shall, in case of any accident, destruction or injury to the Work ormaterials before its final completion and acceptance, repair or replace the Work ormaterials so injured, damaged and destroyed, at his own expense and to the satisfactionof the City. When materials and equipment are furnished by others for installation orerection by the Contractor, the Contractor shall receive, unload, store and handle same atSite and become responsible therefore as though such materials and equipment werebeing furnished by the Contractor under the Contract.

27. (Public Projects insurance requirements do not apply to this bid.)

Contractor shall procure and maintain at Contractor's expense for the duration of theContract the following insurance against claims for injuries to persons or damages toproperty which may arise from or in connection with the performance of the Contract bythe Contractor, his agents, representatives, employees or subcontractors.

(a) Comprehensive General Liability: $1,000,000 combined single limit for eachoccurrence or $2,000,000 General Aggregate for products and completed operationscoverage.

The City, its officials, employees and volunteers shall be covered as additionalinsureds as respects: liability arising out of activities performed by or on behalf of theContractor; products and completed operations of the Contractor; premises owned,leased or used by the Contractor.

Page 89: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 5 of 6

(b) Automobile Liability: $1,000,000 combined single limit per accident for bodily injuryand property damage covering owned, non-owned and hired vehicles.

(c) Workers' Compensation as required by the Labor Code ofthe State of California and Employers Liability limitsof $1,000,000 per accident.

(d) Insurance as specified in the Proposal Requirements

Any self-insurance program and self-insured retention must be separately approved inwriting by the City.

Each insurance policy shall be endorsed to state that coverage shall not be canceled byeither party or reduced in coverage except after thirty (30) days' prior written notice to theCity.

Acceptable insurance coverage shall be placed with carriers admitted to write insurancein California or carriers with a rating of an equivalent to A:VIII by A.M. Best & Company.Any deviations from this rule shall require written approval from the City Attorney.

All coverages for subcontractors shall be subject to the requirements stated herein andshall be maintained at no expense to the City.

Contractor shall furnish the City with certificates of insurance and original endorsementsproviding coverage as required above in form and substance acceptable to the CityAttorney. The certificates and endorsements for each insurance policy are to be signedby a person authorized by that insurer to bind coverage on its behalf.

Before any of the Contractor's or its Subcontractor's employees shall do any work uponthe City's premises, the Contractor shall furnish the City with the required certificates intriplicate evidencing that such insurance has been provided and that such insurance isbeing carried and maintained. Such certificates shall specify the date when suchinsurance expires. The contractor agrees that such insurance shall be provided and suchinsurance carried and maintained until after the Work under the Contract has beencompleted and accepted.

Such insurance as required herein or in any other documents to be considered a parthereof shall not be deemed to limit the Contractor's liability under this Contract.

28. The Contractor shall defend, indemnify and hold harmless the City, its officials andemployees from and against any liability for claims for bodily injury and property damagearising out of Contractor's acts, omissions, or errors or those of any employee orSubcontractor of the Contractor or any Subcontractor at the Site.

29. Contractor shall list the name and location of the place of business of each subcontractorwho will perform work or labor, or render service to the Contractor, or who, undersubcontract to the Contractor, specially fabricates and installs a portion of the work orimprovement in an amount in excess of one-half of one percent of the Contractor's total

Page 90: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 6 of 6

bid or ten thousand dollars ($10,000), whichever is greater. The subcontractor list shallbe submitted with the Contractor’s bid proposal.

The Proposer shall check Box A or, as the case may be. If the Proposer does not check

either box, it will be deemed that he has checked Box A.

A. The undersigned DOES NOT INTEND to subcontract any portion of this project.

B. The undersigned INTENDS to subcontract a portion of this project to the followingsubcontractors. (Note: Refer to Section 2.3 of Standard Specifications andSections 4100 through 4113 of the Government Code for the portion of work forwhich SUBCONTRACTOR DISCLOSURE IS REQUIRED with the proposal.)

Name of Subcontractor Location of Office Portion of Work to be Subcontracted

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

Page 91: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 1 of 1

Attachment G – Certificate of Non-Collusion

CERTIFICATE OF NON-COLLUSION[Note: This form must be completed and signed by an authorized representative of each bidder.]

Be it known that ________________________________________________________ (name),being first duly sworn, deposes and testifies that he/she is the ___________________________(relationship with bidding firm), of ______________________________________(legal name ofbidding firm), making the foregoing bid:

1. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,company, association, organization, or corporation.

2. The bid is genuine and not collusive or sham. The bidder has not directly or indirectlyinduced or solicited any other bidder to put in a false or sham bid.

2. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with anybidder or anyone else to put in a sham bid, or to refrain from bidding.

3. The bidder has not in any manner, directly or indirectly, sought by agreement,communication, or conference with anyone to fix the bid price of the bidder or any otherbidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any otherbidder.

4. All statements contained in the bid are true.

5. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdownthereof, or the contents thereof, or divulged information or data relative thereto, to anycorporation, partnership, company association, organization, bid depository, or to anymember or agent thereof to effectuate a collusive or sham bid, and has not paid, and will notpay, any person or entity for such purpose.

6. Any person executing this declaration on behalf of a bidder that is a corporation,partnership, joint venture, limited liability company, limited liability partnership, or any otherentity, hereby represents that he or she has full power to execute, and does execute, thisdeclaration on behalf of the bidder.

8. I declare under penalty of perjury under the laws of the State of California that the foregoingis true and correct and that this declaration is executed on _______________ [date],at __________________ [city], ____________ [state].

That all the above statements are true to the best of my knowledge.

______________________________________Signed

______________________________________Title

Page 92: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 1 of 2

Attachment H– Insurance Requirements

a. Contractor shall carry workers’ compensation insurance as required bylaw for the protection of its employees during the progress of the work. Contractorunderstands that it is an independent contractor and not entitled to any workers’compensation benefits under any City program.

b. Contractor shall maintain during the life of this Agreement the followingminimum amount of comprehensive general liability insurance or commercial generalliability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or(2) all the insurance coverage and/or limits carried by or available to Contractor. Saidinsurance shall cover bodily injury, death and property damage and be written on anoccurrence basis.

c. Contractor shall maintain during the life of this Agreement, the followingminimum amount of automotive liability insurance: the greater of (1) a combined singlelimit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limitscarried by or available to Contractor. Said insurance shall cover bodily injury, death andproperty damage for all owned, non-owned and hired vehicles and be written on anoccurrence basis.

d. Any insurance proceeds in excess of or broader than the minimumrequired coverage and/or minimum required limits which are applicable to a given lossshall be available to City. No representation is made that the minimum insurancerequirements of this Agreement are sufficient to cover the obligations of Contractorunder this Agreement.

e. Each policy of general liability and automotive liability shall provide thatCity, its officers, officials, agents, and employees are declared to be additional insuredsunder the terms of the policy, but only with respect to the work performed by Contractorunder this Agreement. A policy endorsement to that effect shall be provided to Cityalong with the certificate of insurance. In lieu of an endorsement, City will accept a copyof the policy(ies) which evidences that City is an additional insured as a contractingparty. The minimum coverage required by Subsection 18.b and c, above, shall apply toCity as an additional insured.

f. Contractor shall maintain during the life of this Agreement professionalliability insurance covering errors and omissions arising out of the performance of thisAgreement with a minimum limit of One Million Dollars ($1,000,000) perclaim. Contractor agrees to keep such policy in force and effect for at least five (5)years from the date of completion of this Agreement.

g. The insurance policies maintained by Contractor shall be primaryinsurance and no insurance held or owned by City shall be called upon to cover any

Page 93: REQUEST FOR PROPOSAL NO. 20-21.39 FOR Towing and Storage

Page 2 of 2

loss under the policy. Contractor will determine its own needs in procurement ofinsurance to cover liabilities other than as stated above.

h. Before Contractor performs any work or prepares or delivers anymaterials, Contractor shall furnish certificates of insurance and endorsements, asrequired by City, evidencing the aforementioned minimum insurance coverages onforms acceptable to City, which shall provide that the insurance in force will not becanceled or allowed to lapse without at least ten (10) days’ prior written notice to City.

i. Except for professional liability insurance coverage that may be requiredby this Agreement, all insurance maintained by Contractor shall be issued bycompanies admitted to conduct the pertinent line of insurance business in California andhaving a rating of Grade A or better and Class VII or better by the latest edition of BestKey Rating Guide. In the case of professional liability insurance coverage, suchcoverage shall be issued by companies either licensed or admitted to conduct businessin California so long as such insurer possesses the aforementioned Best rating.

j Contractor shall immediately notify City if any required insurance lapsesor is otherwise modified and cease performance of this Agreement unless otherwisedirected by City. In such a case, City may procure insurance or self-insure the risk andcharge Contractor for such costs and any and all damages resulting therefrom, by wayof set-off from any sums owed Contractor.

k. Contractor agrees that in the event of loss due to any of the perils forwhich it has agreed to provide insurance, Contractor shall look solely to its insurance forrecovery. Contractor hereby grants to City, on behalf of any insurer providing insuranceto either Contractor or City with respect to the services of Contractor herein, a waiver ofany right to subrogation which any such insurer may acquire against City by virtue of thepayment of any loss under such insurance.

l. Contractor shall include all subcontractors, if any, as insureds under itspolicies or shall furnish separate certificates and endorsements for each subcontractorto City for review and approval. All coverages for subcontractors shall be subject to allof the requirements stated herein.