HomeMy WebLinkAboutContract 26553 CITY SECRETARY
CONTRACT NO. �P
STATE OF TEXAS §
COUNTIES OF TARRANT §
AND DENTON
FORT WORTH MUNICIPAL BUILDING
FOOD SERVICE FACILITY AGREEMENT
WHEREAS, the City of Fort Worth desires to enter into an agreement for operating and
servicing of a cafeteria and related vending facilities to provide food service to its employees and
members of the public; and
WHEREAS, Ralph and Maria Weber, individually and doing business as Weber
Cafeteria Services presently provide food services in the Metroplex and propose to equip and
operate the cafeteria and vending facilities for the City of Fort Worth; and
WHEREAS, the City of Fort Worth and Ralph and Maria Weber, individually and doing
business as Weber Cafeteria Services, mutually desire to enter into an agreement whereby, for
the below stated consideration, Ralph and Maria Weber, individually and doing business as
Weber Cafeteria Services; will operate a cafeteria with related vending facilities as described in
its bid proposal to the City of Fort Worth;
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
That, for and in consideration of the mutual covenants,promises and agreements contained
herein, the City of Fort Worth, hereinafter referred to as "City", acting by and through Charles R.
Boswell, its duly authorized Assistant City Manager, and Ralph and Maria Weber, individually,
and doing business as Weber Cafeteria Services, hereinafter referred to as "Contractor", do
hereby covenant and agree as follows:
1.
PURPOSE
Subject to all of the terms, provisions and conditions herein set forth, City hereby grants to
Contractor the right to operate the cafeteria and vending facilities in the Fort Worth Municipal
Complex designated by the City Manager or his authorized representative. Such facilities will be
operated for the purpose of selling to City employees and to the public soft drinks, candies,
confections, notions, food and related items. No alcoholic beverages of any kind will be stored,
dispensed or sold.
2.
LICENSE
The license herein granted shall extend to the Contractor only in the area of the Fort Worth
Municipal Complex described and delineated on the attached plan marked Exhibit "A", which
Exhibit is incorporated herein by reference for all purposes. This Agreement shall not be
exclusive in areas intended for use by City employees in connection with the performance of
their duties nor shall this Agreement prohibit City from allowing certain groups or organizations
to periodically sell food or food products on the premises. No vending equipment shall be
located outside of the principal vending area as designated on Exhibit "A" without the express
written approval of the City Manager or his duly authorized representative. Contractor shall not
permit any person to use the cafeteria or vending facilities for any unlawful or immoral purpose.
3.
TERM AND PAYMENT
3.1 The primary term of this Agreement shall be for a period of three (3) years,with the
option to renew for two additional one year temps, said primary term commencing on February
12, 2001, or the date of full operation of the cafeteria and vending facilities whichever is later.
3.2 As consideration for the rights granted to Contractor hereunder, Contractor shall pay City
a monthly flat fee for the first three years and a renegotiated amount for each one year remaining
under the option based on the cost of city services provided to Contractor. The current fee is as
follows:
2001 - $650 month
2002 - $650 month
2003 - $650 month
Such consideration shall be paid monthly on or before the twelfth (12th) day of each calendar
month during the term hereof, for the preceding calendar month, with the first payment to be due
February 12, and the final payment January 12, 2003, with the renegoiated amount for the option
years to follow the same schedule. Contractor shall be assessed a late payment charge in the
event payment is not made as specified, calculated at the maximum interest rate allowed by law,
not to exceed twenty-four percent (24%)per annum.
3.3 All such payments shall be made to the Office of the Finance Director, Finance
Department, 1000 Throckmorton Street, Fort Worth, Texas 76102.
4.
CONTRACTOR OBLIGATIONS
4.1 Contractor agrees to operate the cafeteria and vending facilities in a first class manner and
in strict compliance with all applicable laws, Federal, State and local, including all applicable
ordinances and the Charter of the City of Fort Worth, all applicablet' _ and
^
requirements of the Health, Police and Fire Departments, and shall ob 3C- Cl oilier applicabble
� UN1�J MNl10tl�
regulations of the City of Fort Worth. The services and operations to be performed by
Contractor are described in Contractor's services proposal, which is attached hereto as Exhibit
"B" and incorporated herein for all purposes. Where any conflict in provisions exists between
this Agreement and Exhibit "B", this Agreement shall control. All work shall be performed in
accordance with the terms of this Agreement and for the consideration herein stated.
4.2 Contractor shall obtain and pay for all necessary permits and licenses in connection with
the operation of the cafeteria and vending facilities, and shall pay for and remit to the appropriate
authorities all applicable taxes owing in connection with its operations under this Agreement.
Contractor shall use only clean, up-to-date vending equipment in its operations on the demised
premises. Contractor shall keep the cafeteria and vending facilities open for business during such
hours and on such days as may be prescribed by City.
4.3 Contractor agrees that it will, at its own expense, keep , and maintain the food service
equipment furnished by Contractor in good condition and to return the cafeteria and vending
facilities to City upon the expiration or termination of this Agreement in the condition received,
ordinary wear and tear and loss or damage caused by fire, flood or act of God excepted. City
shall have the right and privilege, through its agents and officials, to make inspection of the
demised premises and thereafter to make reasonable recommendations to Contractor of any
repairs that, in the City's opinion, are necessary to be performed by Contractor upon the demised
premises in accordance with the foregoing. Contractor will commence repairs within a
reasonable time not to exceed thirty (30) days from the date that such recommendations are
made.
4.4 It is further agreed that Contractor shall not do or permit to be done anything in or upon
the demised premises or bring or keep anything therein or thereon which will in any way conflict
with the conditions of any insurance policy upon the Municipal Complex or any part thereof, or
in any way increase the rate of fire insurance upon the building or on the property kept herein in
effect on the effective date of this Agreement.
4.5 Contractor shall furnish to the City Manager or his duly authorized representative in
advance of its operations, a list of the items, goods, services and/or products to be dispensed or
sold on a regular basis by Contractor on City premises and the prices to be charged therefor.
Such list shall be approved by the City Manager or his ' duly authorized representative and shall
be subject to reconsideration and review from time to time when desired by City or the
Contractor, but no amendment thereof shall take effect until approved in writing by the City
Manager or his duly authorized representative. Items, goods, services and/or products not
reflected on said list may be sold by Contractor from time to time at prices comparable to those
charged for regularly sold items, but not to the exclusion of any items, goods, service and/or
products on said list. Contractor shall post in a conspicuous place on the described premises a list
of all approved prices to be charged for items, goods, services and/or products sold hereunder.
4.6 Contractor shall furnish a sufficient number of trained, courteous personnel to efficiently
operate the cafeteria and vending services hereunder.
5.
CITY RESPONSIBILITIES
5.1 City shall furnish and maintain, at its sole expense, the cafeteria and vending facilities,
(but not the food service equipment to be maintained by Contractor) including toilet facilities and
dressing rooms for Contractor employees normally made available to City employees. City shall
furnish, at its sole expense, such electricity, gas, water, heat, air conditioning and sewerage
utilities as are necessary for the efficient operation of the cafeteria and vending facilities. City
shall monitor annually the useage of such expense to ensure recoverery of the cost associated
therewith. City shall be responsible for the periodic waxing and buffing of floors and cleaning,
shampooing and maintaining the carpets. City shall designate a location in the Fort Worth
Municipal Building where Contractor shall deposit trash and garbage in such containers as may
be prescribed by City, and City shall provide for the removal of trash and garbage from such
designated locations.
5.2 City, through its duly authorized representatives, shall have the full and unrestricted right
to enter the premises herein demised for the purpose of doing any and all things which City is
authorized or required to do under the terms of this Agreement or which may be deemed
necessary for the proper conduct and operation of City's Municipal Building.
5.3 City shall be responsible for providing adequate security for Contractor personnel,
equipment, inventory and cash while on City's premises; however, City does not warrant the
prevention of any loss to Contractor due to vandalism, riot or forcible entry.
6.
ALTERATION AND ADDITION TO PREMISES
6.1 Contractor shall not make or suffer any waste or damage to the premises, nor will
Contractor cause or permit any holes to be drilled or made into any concrete, stone,brick or
plaster, nor any placards or signs, however attached to City premises, to be placed at any location
in the Fort Worth Municipal Complex or on the grounds thereof except as specifically provided
below. Contractor shall not make any material alterations or additions to the premises without
express approval in writing in advance by the City Manager or his duly authorized
representative. Any architectural additions or alterations made and attached to the premises by
Contractor shall become the property of City upon termination of this contract. Contractor may,
at its own expense and with the prior written approval of the City Manager or his duly authorized
representative, install signs in the Fort Worth Municipal Complex indicating the location and
nature of the food service facilities; however, any signs so installed must be in keeping with the
design of the building and of other signs therein. Contractor agrees to reimburse City for any
damage or injury resulting from the installation, maintenance or removal of any such signs. City
shall not be responsible for any damages or loss to such signs.
6.2. All food service outlets shall be located as identified on Exhibit"A". Any changes
require the prior written approval of the City Manager or his duly authorized representative.
7.
INSURANCE
7.1 Contractor shall comply with the following insurance requirements:
Commercial General Liability
$1,000,000.00 each occurrence
2,000,000.00 aggregate
250,000.00 fire legal liability insurance
Coverages included under the policy shall not exclude: products/completed operations;
contractual liability; personal injury and advertising liability.
Auto Liability
$1,000,000.00 each accident
Coverage is to be any auto used in the course of Contractor's services performed under
this contract agreement.
Workers' Compensation Insurance Part A: statutory limits
Part B: employer's liability
$100,000.00 each accident
500,000.00 disease—each employee
100,000.00 disease—policy limit
The policy is to be endorsed with a waiver of subrogation in favor of the City of Fort
Worth.
7.2 Other insurance requirements and terms
(a) The City is to be endorsed as an additional insured under Contractor's liability
insurance policies.
(b) The deductible limit on any one policy for any one occurance shall not exceed
$5,000.00 unless otherwise approved by the City.
(c) Insurers of any and all insurance policies maintained by Contractor shall be
authorized, or not disapproved to do business in the state of Texas, by the Texas
Department of Insurance and be of financial strength and solvency acceptable to
the City of Fort Worth.
(d) Certificate of Insurance must be provided to the City documenting required
insurance coverage prior to commencement of operation d herein.
GS � 1D
Throughout the term of this contract, failure of the City to request certificates of
Contractor's current insurance coverages shall not be construed as a waiver of
such insurance requirements.
(e) Each Insurance policy shall be endorsed with a thirty days notice of cancellation,
non-renewal, or material change in coverage such that the City is assured to
receive in writing such notice accordingly.
(f) Contractor shall procure certificates of insurance from its key subcontractors
and/or suppliers documenting reasonably equivalent insurance coverages and
limits thereof as thjosse required of the Contractor. Upon request by the City,
Contractor shall provide City such insurance documentation within a reasonable
time frame of City's request and at no cost to the City. This insurance
requirement may be waived at the sole discretion of the City.
7.3 Property insurance covering the contents belonging to Contractor and/or any supplies or
materials for which the Contractor is responsible shall be the legal liability of the Contractor and
not that of the City.
8.
TERMINATION
8.1 Except as otherwise provided herein, any breach, default or failure by Contractor to
perform any of the duties or obligations assumed by Contractor hereunder or to faithfully keep
and perform any of the terms, conditions and provisions hereof shall be cause for termination of
this agreement by City in the manner set forth in this paragraph. City shall deliver to Contractor
thirty (30) working day's prior written notice of its intention to so terminate this agreement,
including in such notice a reasonable description of the breach, default or failure. If within said
thirty (30) working days Contractor shall fail or refuse to cure, adjust or correct same to the
satisfaction of City, then and in such event City shall have the right, without further notice to
Contractor and without being deemed guilty of trespass and without any liability whatsoever on
the part of the City, to declare this Agreement terminated and enter upon and take full
possession of the premises, by force or otherwise, and without legal process, expel, oust and
remove any and all parties who may occupy any part of said premises and any or all fixtures and
equipment not belonging to City that may be found within or upon said premises without being
liable for damages therefor. In the event of termination of this Agreement according to its
provisions by City, all rights, powers, and privileges of Contractor hereunder shall cease and
terminate as of the effective date of such termination, and Contractor shall immediately vacate
said premises within two (2) working days and shall make no claim of any kind whatsoever
against City, its agents or representatives,by reason of such termination.
8.2 Any failure by City to so terminate this Agreement or the acceptance by City of fees for
any period of time after such breach, default or failure by Contractor shall not be determined to
be a waiver by City of any rights to terminate this Agreement for any subsequent breach, default
or failure.
1^^�,irt�UllD ��Wo
8.3 City may terminate this Agreement at any time for any reason upon ninety (90) days'
written notice to Contractor, and Contractor may terminate this Agreement at any time for any
reason upon ninety(90) days' written notice to the City.
8.4 Contractor agrees that in the event any proceedings in bankruptcy or insolvency shall be
instituted against Contractor, whether voluntary or involuntary, City may, at its option, declare
this Agreement terminated and upon such declaration, Contractor agrees to give and deliver
immediate possession of the premises to City.
8.5 The City's right to terminate this Agreement shall be cumulative of any other legal or
equitable remedy available to City for breach, default or failure by Contractor.
9.
INDEPENDENT CONTRACTOR
9.1 Contractor shall operate hereunder as an independent contractor and not as an officer,
agent, servant or employee of City. Contractor shall have exclusive control of, and the exclusive
right to control, the details of its operation hereunder, and all persons performing same, and shall
be solely responsible for the acts and omissions of its officers, agents, employees, contractors
and subcontractors. The doctrine of the respondeat superior shall not apply as between City and
Contractor, its officers, agents, employees, contractors and subcontractors. Nothing herein shall
be construed as creating a partnership or joint enterprise between City and Contractor, its
officers, agents, employees, contractors and subcontractors.
9.2 Contractor agrees that no supervisory employees of City will be hired by Contractor for
the term of this Agreement and six (6) months thereafter.
9.3 City acknowledges that Contractor has invested considerable amounts of time and money
in training its supervisory employees in the systems,procedures, methods, forms, reports,
formulas, computer programs, recipes, menus,plans techniques and other valuable information
which is proprietary and unique to Contractor's mariner of conducting its business. Therefore,
City agrees that supervisory employees of Contractor will neither be hired by City to perform
services similar to Contractor's business for the term of this Agreement and six (6) months
thereafter, nor will City permit supervisory employees of Contractor to be employed on City's
premise to perform services similar to Contractor's business for a period of six (6) month
subsequent to the termination of this Agreement (unless such employees were formerly
employees of City). For the purpose of this prohibition, "supervisory employees" shall be defined
as those persons who have directly or indirectly performed management or professional services
on City's premises at any time during the twelve(12) month period immediately preceding
termination of this Agreement.
9.4 In addition, City agrees that if it violates the conditions set forth in the
immediately preceding paragraph, then subject to City Council appropriation of funds the City
shall pay to Contractor and Contractor shall accept as liquidated damages and not as a penalty for
such breach, an amount up to but not exceeding two times the annual salary of the Contractor
supervisory employee hired by City or allowed to work on City's premises in violation of the
terms of this Agreement.
10.
INDEMNIFICATION
10.1 Subject to the terms and conditions of Section 7 hereof, Contractor agrees to, and does
hereby, indemnify, hold harmless and defend City, its officers, agents, servants and employees,
from and against any and all claims or suits for property damage, loss and/or personal injury,
including death, to any and all persons, of whatsoever kind or character, whether real or asserted,
arising out of or in connection with Contractor's operations on City's premises.
10.2 Subject to the terms and conditions of Section 8 hereof, Contractor will likewise
indemnify and hold harmless City for any and all damage, destruction or loss of City property
arising out of or in connection with the acts or omissions of Contractor, its officers, agents,
employees, contractors, subcontractors, licensees, invitees or customers.
10.3 It is expressly understood and agreed that Contractor will indemnify, hold harmless and
defend City, its officers, agents, servants and employees from and against any and all claims or
suits for personal injury, including death, to any and all persons, of whatsoever kind or character,
whether real or asserted, arising out of or in connection with the consumption or use of any
items, goods, services and/or products sold on the herein described premises by Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees.
10.4 Nothing in this Agreement shall require Contractor to indemnify City against or hold
City harmless from any claims or suits for property damage, loss and/or personal injury,
including death, arising out of City's negligence or that of its officers, agents, servants,
employees or subcontractors other than Contractor.
11.
DISCRIMINATION BY CONTRACTOR
11.1 Contractor, in the execution, performance or-attempted performance of this Agreement,
will not discriminate against any person or persons on any unlawful basis nor will Contractor
permit its officers, members, agents, employees or subcontractors to engage in such
discrimination.
11.2 This Agreement is made and entered into with reference specifically to the ordinances
codified as Chapter 13A, Article III ("Discrimination in Employment Practices") of the City
Code of the City of Fort Worth, and Contractor hereby agrees that Contractor, its officers,
members, agents, employees and subcontractors, have fully complied with all provisions of same
and that no employee or employee-applicant has been discriminated against by the terms of such
ordinances by either the Contractor, its officers, members, agents, employees or subcontractors.
�CMG�� ° Eff
A
12.
NOTICES TO PARTIES
12.1 Notice addressed to City pursuant to the provisions of this Agreement shall be
conclusively determined to have been delivered at the time same is deposited in the United States
mail, in a sealed envelope with sufficient postage attached, addressed to James Keyes, Finance
Department, City of Fort Worth, 1000 Throckmorton Street, Fort Worth, Texas 76102, and
notice to Contractor shall be conclusively determined to have been delivered at the time same is
deposited in the United States mail, in a sealed envelope with sufficient postage attached, and
addressed to Ralph and Maria Weber, Weber Cafeteria Services, 2900 SE Loop 820, Fort Worth,
TX 76140.
13.
VENUE; JURISDICTION
13.1 Should any action, whether real or asserted, at law or in equity, arise out of the execution,
performance, attempted performance or nonperformance of this Agreement, exclusive venue for
said action shall lie in Tarrant County, Texas. This agreement and any action in connection
herewith shall be governed, construed and enforced-by the laws of the State of Texas.
14.
SEVERABILITY
14.1 In case any one or more of the provisions contained in this Agreement shall, for any
reason, be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or
unenforceability shall not affect any other provision of this Agreement, which Agreement shall
be construed as if such'invalid, illegal or unenforceable provision had never been contained
herein.
15.
NON-ASSIGNABILITY
15. Except as otherwise expressly provided herein, this Agreement is non-assignable and any
unauthorized purported assignment or delegation of any of Contractors rights or duties
hereunder, without the prior written consent of City, shall be void and constitute a breach of this
Agreement. This agreement shall be binding upon the parties, their successors and permitted
assigns.
16.
NON-WAIVER
16. The failure of either party to insist upon the performance of any term or provision of this
Agreement or to exercise any right herein conferred shall not be construed as a waiver or
relinquishment of either party's right to assert or rely upon such term or right on any future
occasion.
17.
RENEGOTIATION
17.1 The fiscal arrangements set forth in Section 3 are based on conditions in
existence on the date Contractor commences operations, including by way of example, City's
employee population and working conditions; labor, food and supply costs; Federal, State and
local sales, use and excise taxes; and license and permit fees. In the event of a material change in
conditions not due to Contractor's action or inaction, the fiscal arrangement shall be re-negotiated
on a mutually agreeable basis to reflect such change.
18.
FORCE MAJEURE
18.1 Neither party shall be responsible to the other for any losses resulting from the failure to
perform any terms or provisions of this Agreement, if the party's failure to perform is attributable
to war, not, or other disorder; strike or other work stoppage; fire; flood; or any other act not
within the control of the party whose performance is interfered with, and which, by reasonable
diligence, such party is unable to prevent.
19.
CONFIDENTIALITY
19.1 All financial, statistical, operating and personnel data, including but not limited to
recipes, menus and meal plan, relative to or utilized in Contractor's business or the business of
any subsidiary of Contractor, shall be the property of Contractor and is intended to be
confidential. Except as otherwise required by law, City agrees to keep such information
confidential and so instruct its agents, employees, and independent contractors.
20.
MISCELLANEOUS PROVISIONS
20.1 Contractor agrees that it will, at the end of the term of this Agreement,peaceably deliver
unto City the demised premises and all appurtenances or improvements thereon in the condition
received, ordinary wear and tear and loss or damage caused by fire, flood or act of God excepted.
20.2 Contractor agrees that it shall have no power to do any act or make any contract that may
create or be the foundation for any lien upon the property or interest in the property of City, and,
should any such purported lien be created or filed, Contractor, at its sole cost and expense, shall
liquidate and discharge same within ten(10) days next after filing thereof; and should Contractor
fail to discharge the same, such failure shall constitute a breach of this Agreement.
20.3 This written instrument, including Exhibits A and B constitutes the entire
agreement between the parties hereto concerning the work and services to be
performed hereunder, and any prior or contemporaneous oral or written agreements
which purport to vary from the terms hereof shall be void.
coo
�- M#` ±Loa
IN WITNESS WHEREOF, the parties hereto have executed this agreement in
counterparts on this the February 8, 2001.
ATTEST: CITY OF FORT WORTH
&.a 62 '
City Secretary - /"e-d Charles Boswell
Assistant City Manager
APPROVED AS TO FORM AND
LEGALITY:
Assistant City Attorney
—/'y X;� 7 WEBER CAFETERIA SERVICES
Contract Authorization '00
v
Fvuv V�� � PECO D
C�ry � ��ECEP�gG1�7
EXHIBIT A
OPERATION OF FOOD SERVICE FACILITY
CITY OF FORT WORTH, TEXAS
The City of Fort Worth vending operation includes machines located in the following areas:
MUNICIPAL BUILDING
Snack Bar
Can Soda
Variety Snacks
Lower Level
Can Soda
Variety Snacks
MUNICIPAL ANNEX
Can Soda
Variety Snacks
COURT BUILDING
Can Soda
Variety Snacks
PARKING FACILITY
Can Soda
Variety Snacks
2rf ml �-'WSMV
City of Fort Worth, Texas
"agar and Council consmuni coition
DATE REFERENCE NUMBER LOG NAMEPAGE
1/16/01 **C-18427 00-0360 1 of 2
SUBJECT AGREEMENT WITH WEBER CAFETERIA SERVICES FOR THE CITY OF FORT
WORTH SNACK BAR OPERATIONS
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a three-year contract
with two one-year renewal options with Weber Cafeteria Services to operate the snack bar and provide
vending for the Municipal Complex for a monthly fee of$650.00 paid to the City.
DISCUSSION:
The City provides facilities necessary for the operation of a snack bar and vending equipment in the
Municipal Complex (City Hall, Courts Building, Parking Garage, and the Annex). The snack bar and
vending facilities provide hot and cold breakfasts, lunch, and snacks for all City employees and visitors
Monday through Friday, 7:30 am to 2:30 p.m. Vending machines are accessible during all hours of
building operation.
PROPOSAL ADVERTISEMENT - This proposal was advertised for bid in the Commercial Recorder on
November 15 and 22, 2000. Six vendors responded to the advertisement. Four vendors responded
with bids. Two vendors submitted a "no-bid".
PROPOSERS
Weber Cafeteria Services Catered Events
2900 Southeast Loop 820 4041 West Wheatland Road, Suite 156-324
Fort Worth, Texas 76104 Dallas, Texas 75237
Cooley's Catfish Shack, LLC. Tasty Southern Choices
P.O. Box 331341 2320 East Berry Street
Fort Worth, Texas 76163 Fort Worth, Texas 76119
EVALUATION - Five representatives of the City staff evaluated the proposals. The criteria utilized in
the evaluation totaled 100 points as follows:
• Technical and financial resources 30 points
• Experience, organization, and technical skills 35 points
• Satisfactory record of performance 20 points
• Reasonable cost compared with level of service 15 points
The proposers ranked as follows:
No. 1 Weber Cafeteria Services 91 points
No. 2 Tasty Southern Choices 41 points
No. 3 Cooley's Catfish Shack, LLC 34 points
No. 4 Catered Events 15 points
City of Fort Worth, Texas
"floor and council communication
DATE REFERENCE NUMBER LOG NAME PAGE
1/16/01 **C-18427 1 00-0360 2 of 2
SUBJECT AGREEMENT WITH WEBER CAFETERIA SERVICES FOR THE CITY OF FORT
WORTH SNACK BAR OPERATIONS
RENEWAL OPTIONS - This agreement may be renewed for up to two successive one-year terms at
the City's option. This action does not require specific City Council approval, provided that Weber
Cafeteria Services meets and/or exceeds the required service levels.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that the Revenue Section of the Finance Department is responsible for
the collection and deposit of all revenues due to the City.
CB:k
BQN/00-0360/MLL
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
FE72 488100 51200000 $7,800.00 APPROVED
Charles Boswell 8511 Cffy COUNCIL
Originating Department Head:
Jim Keyes 8517 (from) JAN 16 2001
Additional Information Contact:
City Secretary of the
Robert Combs 8357 City of Fort worth,TeIrns