HomeMy WebLinkAboutContract 28648. _ ,
_ _ CIiY ��C������C�( � b � 2S
' ' GON�RAC� i� �
CONTRACT F4R TOW TRUCK SERVICE " '
(TILT BEDIROLL BACK)
WHEREAS, the City of Fort War�h occasionally requires the services of
tow trucks; and
WHEREAS, such tow truck services are necessary to protect the safety of
the eitizens of the City of Fork Workh,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
The City of For� Wor�h, 1�ereinafier referred to as "City", acting herein by
and throug� Libby 1Natsan, its duly authorized Assistant City Manager, and Tow
Oq Svstems Inc., dba Weste�n Recovery Inc. , hereinafter referred to as
"Company", ��cting herein by and t�raugh Javice E Holcomb , its du[y authorized
Presidenfi � agree as fallows:
1.
SERVICES
City hereby contracts with Company to provide po[ice pull towing service.
As used herein, "police pull" shall m�an that the Fort Worth Police Department
has called Campany from the rotation list to either remove a wrecked or disabled
�ehicle or to remove a vehicle in a safe driving conditian, but the owner is nof
pr�sent, able or permitted to drive or to make authorizations.
2.
TERM
The initia! term of this contract shalf expire on September 3Q, 20Q3. ln
a�dition to the initial term of this contract, there shall be four options to renew for
terms of ane year each, unless �arlier terminated as hereinafter provided.
Renewal shal[ occur upon City including in its budget for the options years
sufficient funds to pay for its obligafions hereunder and Company provi�ing proof
of insurance �o City.
3.
C4MPENSATION
3.1 Com�ensation. As compensation for praviding �
contemplated by this Contract, City agrees to pay Company as f�ilf�ian►�,�.
s.���i�Q� .
�p��� �
( �
a) Towage. A charge ofi one hundred twenty five dollars ($125.00) for towing
such vehicle from one paint on a street to another location within the
corporate limits of the ci�y as directed by the police afficer at the �lace where
the tow originated; such charg� includes one-half haur of Extra Work. In the
event Company respor�ds to the scene of a police pull with a tilt be�lroli back
truck rrvhen the poliee pull could have been accamplished with a standard taw
truck, Com�any shall be entitled to the reduced charge of One hundred
dollars {$100.00).
b) Second tow vehicle. ln the event ti�e police officer at the scene determines
that a standard tow ve�icle is required in addition to the tilt bedlroll back
truck, a charg� of One hundred Do{lars ($10a.0�) per hour, with a minimum
cnarge of one hour, billed in ir�crements of fifteer� {15) minutes while ai the
scen� of the police pull. A police supervisor shall appro�e t�e use of a
second tow truck. Travel time is exc{uded.
c) Extra work. An additional charge of �ne hundred dollars {$1 Q0.00) per
hour, with a minimum charge of one hour, charged in increments of fifteen
(15) minutes, for removing vehicles that are off the streef right-of-way, such
cha�ge to be made from the time the operatar begins to remove the venicle
until it is on the traveied portion of the street. Even though the vehicle is
within t�e �treet right-af-way, an additionaf charge may �e mad� if the vshicle
is located in some unusual condition within the right-of-way, such as, but not
limited to, a river or a creek bed or a ditch of greafer depth fhan the ordinary
bar ditch. Extra work shall only be a�lowed wf�en authorized by a police officer
at the scene of the pul1. The c�arges for s�ach extra work shall be reviewed
and approved by the Auto Pound Wrec�Cer Administrator. Extra work
excludes travel time, waifing time, and clean-up iime.
d) Handling hazardous mat�rials, Wnen the cargo of any motor vehicle or
trailer includes explosive, nuclear, radioactive, hazar�ous or corrosive
�aterials, as defined by the Environmental Profection Agency, Texas
Department of Transportation, or the Texas Commission on Environmentaf
Quality, a fee eq�al to one hundred-fifty {15D} percent of the charges
Tilt Wrecker 2
Page 2 of' 12
r +
permitied under subparagraph "a" a�ove. In addition, a charge may be made
for expenses incurred related to protective cfothing and any other suppli�s or
equipment used ir� handling such materials, such charge being equal to tne
actual amounts incurred plus fifteen (15} percent.
e) Nathing contained herein s�all be construed so as to obligate City to expend
any sums of money except for work actually performed. Further, nothing
contained herein shall be construed so as to guarantee that City will contact
Company for a�y towing s�rvice contemplated by this Contract.
3.2 Invoicinq and Payment. Company shall In�oice City once per month.
Company shall include with the invoice such �ocuments as may f�e reasonably
requested to provide evidence of the services provided fo the City, which at a
minimum shall include copies af the wrecker selectian form signed by the officer
at the scene of the police pull andlor persar�nel at th� Fort Worth Auto Pound.
Such in�oic� shall be subject fo the review and approval of apprapriate Cifiy
persor�nel. Cit� shall remit payment to Company not mare than thirky (30) days
following approval of invoice.
3.3 Com�ensation Review. City shall review on an annual basis the
compensation provid�d for hereunder, with the first such review to be conducted
during the month of August 2003. Similar reviews shall occur in August of each
' Succeedin� year that fihis contract is in �ffect. City shall make adjustments in the
compensation based u�on increases or d�creases in the cost of doing business,
taki�g into cansideration fuel, insurance, labor, and such other costs as may be
relevant to the operation of a towing business.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shall maintain at all times the following vehicles and equipment
in working condition:
a} A minimum of one {1) tiit bedlroll back d�al rear wheel wrecker rated at not
less than 14,OD0 pounds gross vehicle weight.
b) At a minimum, all wreckers shal! be equipped with the following equipment,
which at all times shall be maintained in working order:
Tilt Wrec[cej-
��a�� 3 Q� iz
3
� ,
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
14)
15)
Tow bar
Towing lights
Emergency overl�ead warning [ights (red or amber color only)
Safety chain
Fire extinguisher, A.B.C. Type
Wrecking bar
Broom
A�c
Shovel
Reflectors or traffic con�s
Trash container
Two way �oice or computer cornmunication between tow truck and
Company dispatcher
Backing warning signals
Wheel choc�cs
Traffic cones
c) Each wreCker shal{ have the identifying markings required by the Texas
Transportation Code, sectian 6�42.002. In addition, each wrec�Cer shall provide
Notice of Complaint Procedures to �he awner of a fowed veh�cle as outlined by
the Texas Department of Transpor�ation Rules and Regulations as contained in
43 Texas Administrafive Code, Chapter 18, subchapter 18.89, as same may be
amended from time tv time.
d) Each tow truck and the require� equipment shall be inspected by the Chief of
Police or his aufY�orized designee prior to being used for services corttemplated
by this contract. In additian, each tow truck and the required equipment shall be
subject to intermittent inspection to assure com�liance with this contract.
Tilt VJrecker
Page 4 of l2
�
5.
INSURANCE REQUIREMENTS
Company shall maintain insura�ce of the following types and amounts fram
insurers accepta�fe to the City:
5.� Commercial Ceneral Liability�
$5Q0,000 each occurrence
$500,QD0 aggregate
or
Carage Li�bility
$�00,000 each accident, ather t�an auto
$50�,000 aggregate
5.2 Automobile �iability
$5Qa,000 each accident, combined single limit
This coverage shall include all vehicles awned or non-owned that are
operating under Company's operating autharify.
5.3 CargolOn�Fiook
$30,000 per unit
Coverag� shall include both the unit being towed and its contents.
Units covered shall incfud� bu# not be limited to motor �ehicles,
trailers and boats. Coverage shall be written on a direct primary
basis.
�.4 CAftAG�K����R'S �,IABILIiY
$30,000 per unit
5.5 Worker's CompensationlAccident Insurance
Coverage shall meet the minimum requirements of state law as con-
tained in the Motor Carrier Rules and Regulations.
5.6 Current insurance certificates shall remain an fils with the Cifiy during the
term of this Contract. Insurance coverage may, at tE�e sole discretion of t�e City,
�e re�ised upward upon thirty {30) days prior written natice to Company. Policies
shaf[ be endorsed as fo1[ows:
Tilt Wrecker
Page 5 nf l2
�
� ,
a) The City, its officers, employees and servants shall be endorsed as an
additional insured on all policies except employer's liability insurance
co�erage under the workers' compensation insurance �o[icy.
b) Certificates of insurance shall be deli�ered to the supervisar of the City of
Fort Worth Auto Paundq 1341 E. Northside Drive, Fort Worth, TX 76102,
prior to any work being performed under this contract.
c) Any failure on part of the Cify to request require� insurance
documentatian shal� not canstitute a waiver of the insurance requirements
specified herein.
�) Each insurance policy shall be endarsed to provide the City a minimum
�hirky days notice of cancellation, non-renewal, andlor material change in
policy terms or caverage. A ten days notice shall be acceptable in the
event of r�on-payment of premium.
e) Insurers must be authorized to do business in the State of Texas and
have a current A.M, Best rating of A: VII or equivalent meas�are of financial
strength and solvency.
f) Deductible Eimits, or self-funded re�ention limits, on each policy must not
exceed $10,OOQ.00 per occurrence unless otherwise approve� by the City.
g} 4ther tF�an worker's compensation insurance, in lieu of traditional insurance,
City may consider alfernative coverage or risk treatment measures through
insuranc� pools or risk retention groups. The City must approve in writing
any alternative coverage.
h) Workers' compensation insurance policyts) covering employees sha[1 be
endorsed with a waiver of subrogation providing rights of reco�ery in favor
of the City.
i) City shall not be responsible for the direct payment of insurance premium
casts.
j) lnsurance policies shall each be er�dorsed ta provide t�at such insurance
is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon fo contribute to loss recovery.
TiIY Wrecke�•
PageGafl2
G
� ,
k) Company shall report, in a timely martner, to City"s officially designated
cantracf administrator any known loss occurrence which could give rise to
a liability claim or lawsuit ar which cauld result in a property loss.
I) Company's Iiability shall nof be limited to the specif.ied amounts af
insurance required herein.
m) Upon the request of City, Company shall provide complete copi�s of all
insurance policies requir�d by these contract documents.
5.7 In the event a state ar federal law, rule flr regulatian perkaining to wr�ck�r
service companies operating within the State af Texas exc�ed insurance
requirements specified herein, such state or federal law, rule or regulation shall
prevail for the respective type of ins�rance coverage andlor limit thereof.
6.
DUTIES AND RESPONSIBILITIES OF COMPANY
Company, durir�g the term of this contract, shafl perform the following duties
and have the following responsibilities:
a) Maintain as its primary business the towing of vehicles or trailers by
wreckers meeting th� requirements of paragraphs 4(a} and 4(b} above.
"Primary business" shall mean that Company recei�es more than fifty per-
cent (50%) of it gross revenues from the towing of vehicles and trailers. All
of company's recards shafl be open to reasonable inspection, both at the
time of execution of this agreement and at any time during the term hereof,
to verify compliance with this condition.
b) Maintain a currentiy licensed vehicle starage facility located within the
corporate limits of the City. "Vehicle storage facility" shall mean a faciliiy
operated by a person un�er Article 6E87-9a, R�vised Stafutes.
c) Maintain business o�eration twenty-fpur {2�4) hours a day, seven days per
week.
d) Respond to all cafls contemplated by this contract within thir�y (30) min�fes
of notification, except in extraordinary situations where defay is caused by
ice, snaw, or �ther wea�her related conditians. In the event Company fails ta
Til[ 4Vrecker 7
Page 7 of 12
, ,
respond as required, City may notify another wrecker company and
Compar�y shall not be entitled to the compensation to which it woufd have
been entitled had it arrived timely.
e) Maintain on fi�e with the City the name of the owner, presideni or chief
executive officer, business address and ie[epf�one number; further
Company shall notify the City of any change of ownership, president or
chief executive officer, or change of address within fi�e (5) business days of
any such change.
f) Deliver the motor vehicle bei�g towed to the lacation within tF�� corporate
limits of City designated by the police officer af the scene of the pull.
Delivery shall be made without delay or defiour.
g} Ful[y coa�erate wifh any investigation conduct�d by the City regarding
com�laints against Company, whether or not such complaints arise out of
services contemplated by this Contract.
h) 5hall not become delinqu�nt in the payment of any taxes due to City.
i} Sf�all not go to any accidenf scene unless the Company has �een calfed to
the scene by ti�e awner or operator of a vehicle or an authorized
representative of same, or �y tne City.
j) Completely remove all debris resulting from any accident to which the
Company is respanding. Removal ot debris shall not be considered
complete by merely sweeping it to th� curbline.
k) Shall not solicit any wrecker busin�ss within the corporate fimits of City at
the sc�ne of a wrecked or disabled vehicle, regardless af whether the
solicitation is for the purpose of saliciting the business of towing, repairing,
wrecking, storing, trading, or purchasing the vehicle.
I) Shall only employ drivers of tow trucks autf�orized to aperate same.
m)Provide the Police Pound persortnel with an invoice at the time the �ehicle
is �eli�ered to the Auto Pound together with the signed wrecker selection
form ta be provided.
Tilt Wrecker
Page 8 of 12
E.
7.
TERMINATION AND SUSPENSION
7.� This contract may be terminate� or suspended by the City for any of the
following causes:
a) Uiolat�on of any ferm or condition specified in this contract.
b) Failure to notify the Communications Division af fhe Po�ice Department
within fifteen �� 5) mintates from the time of notifiication if the Campany will
be una6le to respond within the thirty (30) minutes allotted for a response to
a wrecker call.
c} Permi�ting a tow truck to be operated �y anyone while under the influence
of alconol andlor drugs.
d} Permitting a tow truck to be o�erafed by anyone whose operator's license
is suspended.
�} Transferring or assigning any call for service to any otF��r company
f) Any sustained camplaint of theft by persannef of Company wh�le acting in
the�r capacify as emplayees of Company, wf�ether accurring during a police
pull or otherwise.
g} Any sustained complaint of thre�fs mad� by persannef of tf�e Company
while acting in their capaci�y as employees of Company made against third
partiss during a police puN or ofh�rwise.
h) Failing to comply with all directions of police personnel at the sc�ne of a
police pull or civilian or police personnel at the Police Auto Pound.
Company may request a police supervisor to validate any such direction
giv�n.
i} Faifure to comply vuith any state or federal faw or city ordinance related ta
the operation at a wrecker company.
j} Five (5} passes within a thirky {30} day period. Pass in this paragraph sl�all
mean Cnmpany failing to notify the City of its inability to respond to a
request for service as required by paragraph 2 a�ove.
Tilt N�recicer
r�t°GC � O� IZ
�
�
k) Ten ('10) passes within a thirty (30) day periad. Pass in t�is paragrapf�
shall mean a Company notifying the City of its inability to respond to a
request for service as required by paragraph 2 a�ave.
I) Violation of any rule or regulation confained in Exhibit "A" attached hereto.
7,2 City shall notify Campany in writing of its intent to t�rminat� or sus�end for
cause twer�ty (2Q) days prior to sucn suspension or termination. Company shall
have the �ight ta request a hearing before the Chief of Police or his designee
regarding the intent to terminate or suspend for cause by requesting a hearing fn
vuritir�g wit}�in fiv� (5� business days after receipt of notice of intent to terminate or
suspend. A hearing shall be co�ducted within fifteen (15} days of the request for
hearing. The City, in its sale discretion, may tempot'arily suspend this contract
during any appeals process.
7.3 ln t�e event t�is contract is suspended for cause, the suspension shail be
for a period of time of not less fhan six (6� months nor more than twelve {12)
months.
7.4 in the event City suspends or terminates this contract for cause, and the
cause for such suspensivn or terminatian is determined to be invaiid, Company's
sole remedy shall �e reinstatement of this contract. Company expr�ss�y waives
any and all rights to monetary �amages, including buf nat fimited fo actual and
punifiv� damages, co�rt costs and aftorney's fees.
8.
INDEMNIF'ICATI4N
With regard to any liability which might arise hereunder, City and Cusfomer
agree that th�y shall be solely and exclusively liable for the negligence of ifs own
agents, servants, subcontractvrs and employees and th�t neither par�y shall laok
to the other party to save or hald it harmless fior the consequences of any
negligence on the part of one of its own agent, servant, subcontractor or
em�layee, �lofihing contained hereirt shalf be constru�d to be a waiver by City af
any right of protection tnat it enjoys under applicable Sfate or Federaf �aw.
Till Wrecicer
Puge 10 c�f 12
���
'�
ASSIGNMENT
Company shall not assign, transfer or subfet this Contract or any por�ion
hereof to any party without the prior written consent of City that sha11 nat be
unreasonably withne�d. Any such assignment, transfer or s��[etting of this
Contract shall be void and shall operate as a termination hereof.
10.
ZONES AND ROTATION LIST
A. City shall �ivide the city into four (4) zones that shall correspond to tY�e four
{4} patrol divisians. Company sha11 �e assigned to the zone or an adjac�nt zone in
which it maintains its principal place af business.
B. City shall cr�ate a rotatian list within each of the four (4) zones that will
dictate the order in which wrecker companies a�-e contacted.
C. City may request Company to conduct a police pull within any zone, and
Company agrees to use its best efforts ta arrive at the scene of the po�ice pull
within thirty (3Q) minutes,
91.
INDEPENDENT CONTRACTOR
!t is understood and agreed by t�e parties nereto that Company shall
per�orm all work and services hereunder as an independent contracior, and nat as
an officer, agent, servant or employee of tF�e City. Campany shall have sxclusive
control of and the exclusive righi to control the details of the work or service to be
p�rformed hereunder, and all persons performing same on behalf of Company,
and shall be solely responsible for the acis and omissions of its officers, agents,
servants, emp[oyees, contractors, su�contractors, licensees and invitees. The
doctrine of respondeat superior shall not apply as beiween the City and Company,
its officers, agents, servants, employees, contractors an� subcontractors, and
nathing herein shal! be construed as creating a partnership or joint venture .
between the parties hereto.
in witness whereof, the parties hereto have executed this Contract on the
���� day of � , 2063.
�
Ti I t W recicer
Pa�e 1 I of 12
11
ATTEST:
�%r_ . �i
, � - = - �� ,�,.. ��
Gloria Pearson�
City S�cretary
APPROVED AS TO FORM
AND LEGALITY
���
AssEsta�f City Attorney
ATTEST:
Carporate Secretary
Tl�t Wl'CC�CeT
Pagc l2 oF k 2
�ITY.� FORT �ORTH
�y: _ ,
� Libby �atson
Assistant City Manager
� �L L� _ _ _ - -
Gantx� t Ru�&arf��tiion
_ � .�. � �
...... _ . , � _ ._�___
����
Tow Op Svstems Inc. dba
Western Recovery lnc.
(Company Name)
�_ _..,.,�t ,
Joyq� E H�fcomb, President
l2
. ;;','l �c��r;i j���}
L➢�r �II
�ri, �� �� E ,7
e V�' 1�
,
�r�.���� � �
���� ���
TUe €�a�ov�a��g r�les ���� reg�I��iaA�s ;�y�i be �'o➢�o�ved �y �� �WW��ec�er C�flnp�nie�
upa� arrival at t%e Auto �o�nd.
l. Tlle ez�try gate �vv�ll not be bloclted by wreckErs waif�izg to enter oz exit the Auta
P01111Cj.
2, No wrecker sl�all enter tha Ati�io Pound witi�z nnore than one (1) personloperator,
unless authorized by tlle o�z duty shiik supervisor. This will be done on a case vy
case vaszs.
3. For safety reaso�s, a Car Calrier wzl� be required to off Zoad their cargo when
possible. Tlais sllal� be determ.ined by th� oaz d.uty supervisor.
4, xnventories should be Iia�.ldled in an expeditious inazu�er when possihle. Howe�rer,
Auto Pott��d persoiz�.el are requued to c�o a co�nplete and precise u�.ventary of alI
property and velucles. A sp�cific tinle frame wa�,ild b� impassible to institute.
5. 1'�Io wrecic�r drive�/operator wi11 assist witla arly i�ventory being canducted lay
Auto PoLlnd personnel. .
6. Tl�e us� of Car Cai-riez-s, extra. ti�xle, extra equipnzent, etc., shha.11 be suUject to
ap�roval by the Wrecl�er Adanulistratoz or Auta Pound S�.ipe�visar.
7. Wrecl�er drivers/operataxs/owners sliall i�e required to follow any.directiaiis or
instructians given Uy A�,ito Pouud personnel.
8. Wreckar Compa.�y Owuers shail assist an�. coz�.iply wiih aa�y iuvestigation
pei�farnied by Auta Pound persozinel ar the For� Warth Police Departmei�t in
regards to iheir com�any, driver, opexator and oz business withot�t llesita.tion.
9. ViolatEons of any o� the above ru�es shall L�e stitUject to revievv Uy t�le V41recl�er
Adinir�ist�•atar or Auta Pound Sup�rvisor.
The Auta Pou�ld Su�et�visor or a I�igl7er le�tel of comina�ld m�y deten��ina
disci}�l'ulary actian up to aizd i�zcfuduzg ten�ii�atioil of co�it�act.
�i�y oj`' Fo�t �o�ih, �'exas
� �� �rrt� a����i �����r���a����
� �
DATE REFE�2EPdCE I�fUMB�R LOG NAME
4/81Q3 ��� ����
35TOWS
PAGE
T Of �
s���ECT � SUPPLEMENTAL APPR4PRIATION ORDINANCE AND CONTRAG7S FdR N�N-
C�NSENT T(�WING OF WRECKED OR ABANDONED VEHICLES FROM MIJLTIPLE
VEND�RS f�EQUIRED BY CITY ORDINAhICE FOR THE POLICE DEPARTMENT
RECOMMEIVDATlON:
I ft is r�commended that the Gity Council:
1. Authoriz� contracts for Police Department requested nan-conser�t towing of wrec�ec! or abandaned
' Wehicies fram multiple vend�rs as required by Section 34-181 af the Code a� the City of Fort Worth
(� 986), as amended; and
2. Authorize the contracts to begirt April.8, ZDQ3, and expire Septem�aer 3Q, 2Q03, with options to
renew far fo�r a�ditional one-year periods; and
3. Adopt the attached suppfemental appropriation ardinance increasing estimated rece�ipts and
appropriations by $446,944 in #he General Fund from available funds.
DfSCUSSION:
Sectian 34-181 of the Cade of tf�e City of Fort Worth (198fi), as amended, required that a!I palice
department, non-conse�r� taws, s�al! be undertaken pursuant to contract, specifically executed between
the City and a wrecker company. The Pui�lic Safety Cammittee extensiUely reviewed the new rates and
unanimously apprQved this recammendatioR on March 25, 2003. � �
There are three types of contracts and rates as follows:
•� Standard tow irucks
��ao
� Tilt bed/rollbacl� tow trucks $���
•� Tandem tow tr�ucks
��sa
Contracts will be executed w'rth any vendar desiring fio perform nan-consen# tows for the Polic�
Department, if ihey meet the contract r�qu�r�ments such as towing operations being the vendors
primary business, equipment specifications, insurarice, an�i a localfy licensed starage facitiiy.
The fees far services to be provided and assignment to one of four zones are the same as contained by
' City Code. T�e est�mated expenditure for these services is $1.8 million per year including the ,
anticipafeci increase (af $446,944) fior the remainder of the fiscal year based an the revis�� rates. This
ir�crease will be offset by revenue colfected as fees.
RENEWAL QPTIONS - These cantracts may be renewed for up to faur successive ane-year, terms at
the City's aption. This action daes not require specific City Council approval provided the City Counci! ,
�`i�y o�'�'o�t T�arthF T'exas
��y�r� a�n� ����;� ����rr�y�����r�
�. � r�
DATE RE�ERENCE NUMB�R LOG IVAME PAGE
418/�3 �-1 �544 � 3�TOW5 ` 2 af 2
, s�B��c�r SUPPLEMENTAL APPROPRlATf01� ORDINANGE AND CONTRACTS FOR NON- ,
CONSENT TOWING OF WRECKED QR ABANDONED VEHfCLES FROM MUL.TIPLE
VENDORS REQUIRED BY CITY ORDWANCE FQR THE POLICE DEPARTMENT
has appropriated sufficient funds �o satisfy the City's obligation during the renewal term.
FISCAL INF�RMAT1aNICERTI�ICATICIN:
The Finance Directar certifies that �pan app�a�al and campletian af the abav�e recommendations and
the adoption of the attached supplem�ntal appra�riatian ordirrance, funds will be availak�le in the current
aperating budget, as apprapriated, of the General Fund.
LW:r
Submitteci for City Manager"s
Office by;
Liblay Watsnn
Originating Department Head:
Ra1ph Mendoza
AdditionaI Informatian Contact:
Susan Afanis
I FUND i ACC�ii1�TT I
� (ta)
� GGOi 53912Q �
6183 � GG01 f 4fi2624 �
� � I
48386
782b2
(from)
GG01 l 539120
C�N'TER f AMOLIIv'C � CITY �ECRETARY
0353403 I $446,944.Q0 �
D3534.(l3 $446,944.D0 �
�
�
APPROVED 04/b8/03
0353403 � $446,944.00 ORD.# 195i7
�
�
�