HomeMy WebLinkAboutContract 28649� r
; - .. �li�l( S�CR�T�R� �} �
G�N�RA��' I� , o� �
CONTRACT FOR TOW TRUCK SERVICE
(STANDARD SERVICE}
WHEREAS, the City of Forf Worth occasiqnally requires the s�rvices of
tow trucks; and
WHEREAS, such tow tr�c�C services are necessary to prq#ect the safety of
the cifizens of ti�e C��y of Fort Worth,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
The City of Fort Worth, hereinafter referred to as "City", acting herein by
and thraugh Libby Watson, ft5 duly autnorize� Assistant City Manager, and
Melanie J�nsen individualiv owned and dba Action Wrecker 5ervice, hereinafter
referred to as "Company", acting herein by and through Melanie Jensen, its duly
authorized Owner , agree as follows:
9.
SERVIC�S
City hereby contracfs with Company to pro�ide palice pufl towing service.
As used herein, "police pulC' shafl mean that fhe Fort Workh Police Department
has called Com�any from the rotation Ifst to either remove a wrecked or disabled
vehicle or fo r�move a vehicle in a safe driving condition, but the owner is not
presenf, able or permitted to driv� or to make authorizations.
�
TERM
The inifial term of this contract sha�l expire on Septem6er 30, 2flQ3. In
addition to the initia� term of this contract, there shall be foUr options to renew for
terms of one year each, unless earlier termina�ed as hereinafter pravided,
Rer�ewal shall occur upan City including in its bu�get for the options years
suffici�nt funds to pay for its obligations her�un�er and Compat�y providing proof
of insurance to City.
3.
C�MPENSAT[ON
3.1 Com�ensation. As compensaiion far providing the s�rvices
contemplated by this Contract Cify agrees to �ay Company as fqf��; - '��
�
� �, � ip}�'ra,.. �a.
, . .�� as����
�11�°�? �-;�r ;������
� .
1 T
a) Towage. A charge of On� hundred Dollars ($10Q.00) far towing such vehicle
from one point on a street to another location within the corporate limits of the
city as directed by the polic� department at tha place where the tow
ariginated; sUch charge includes one-half haur of extra work.
b) Second tow truck. In the event the �olice officer at the scene determines
that a second tow fruck is required, a charge af One hundred dollars
{$100.00) per hour, with a mir�imum charge of one hour, billed in increments
of fifteen (�5) minutes while at fhe scene of the police pull. A police
su�ervisor shall approve the use of a second fow truck. Travel time is
excluded. '
c) Extra work. An additional charge of one hundred do[lars ($1 D0.00} per
hour, with a minimum charge of one hour, charged in increments of fifteen
�� 5) minut�s, for removing vehicles that are ofF the street right-of-way, such
charge to be mad� from the time the operator begins to remov� the vehicle
until it is on the travel�d por��on af the street. Even though the vehicle is
within the street right-of-way, an additianal charge may t�e made if the vehicle
is located in some unusual condition within the right-of-way, such as, but not
limited ta, a river or a creek b�d or a ditch af greafer depth than the ordinary
bar ditch, Extra work shall oniy be allowed when authorized by a police officer
at �he scene of the pull. The charges for such extra work shall be reviewed
and approved by the Auto Pound Wreck�r Administrafor. Extra work
excludes tra�el time, waiting time and ciean-up time.
d} Use af a dolly. No additional fee shall b� charged for the use of a dolly.
e} Handlinq hazardous materiafs. Wh�n the cargo of any motor vehicle ar
trailer includes ex�[osive, nuclear, radioactive, hazardaus or corrosive
materials, as defined by the Environmental Protection Agency, Texas
Department ofi Trans�ortatian, or the Texas Commission on Environmental
Quality, a f�e equa! to orte hundre�-fifty (150) percent of the charg�s which
may b�; assessed pursuant #o subparagraph "a" above. In addition, a charge
may be made for expenses incur�ed related to protective clothing and ar�y
Stanciard Wrecker 2
Paga 2 of 12
other supplies or equipment used in handling such materials, such char�e
being equal fo the actual amotants incurred plus fifte�n ('[5) percent.
f) Nothing contained herein shall be construed so as to obligat� City to expend
any sums of money. Further, nothing contained herein sf�all b� construed sa
as to gtaarantee to Company that City rrvill contact Company for any towing
services contemplated by this Contract.
3.2 Invoicinq and Pavment. Company shall Invoice City once per month.
Company shall include with the invoice s�ch documents as may be reasonably
requested to pravide evidence of the servicas provided to the City, which at a
minimum shall include copies af the wrecker selection form signed by the officer
at the scene of t�e �olice pull andlor personn�I at the Fort Worth Auto Pound.
Such invaice shall be subject to the review and approval of appropriate City
personne�. City shall remit paym�nt to Company not mare than thirty {30) days
follawing approval of invoice.
3.3 Compensation Review. City shall re�iew on an annual basis the
compensation provided for hereunder, with the first such revi�w �o be conducted
during the month of August 2a03. Similar reviews shall occur in Augus� of each
succeeding year t�af this contract is in effect. City shall make adjusfinents in the
compensat�on bas�d upan increases or decreases in the cost of doing b�siness,
taking into cansideration fuel, insurance, labor, and such other costs as may be
relevant to the op�ration of a fowing �usiness.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shall maintain at all times the fol[owing vehicles and equipment
in working condition:
a) A minimum af twa (2) wreckers, one of whic� sE�all be not less than 14,�0(}
pounds gross vehicls weight and one of which shall b� not less than 10,000
paunds gross vehicle weight, dua� rear wheels, equipped with a hydraulic
operated winch, winch lines, and a boom rate� at nat less than 8,000 pound
lift capacity and a wheel lift device rafed at not less than 2,5�0 pounds.
Standa�d Wrecker 3
Pa�e 3 oF 12
b) At a minimum, all wreckers shall be equipped with the following equipment,
which afi all times sha[] be mainfained in working order:
�}
2)
3)
4)
5)
�)
7)
8)
9)
� 0)
��)
12)
�3)
14)
Taw bar
Towing lights
Emerger�cy overhead warning lights (red or amber color only}
Safefy chain
Fire extinguisher, A.B.C. Type
W recking bar
Broom
Ax
Shovel
Reflectiors or traff�c con�s
Trash container
Two way �oice or camputer comm�nication between tow truck
�nd Company dispatch�r
Backing warning signal
Wheel cnocks
c) Each wrecker shall have the identifying markings r�quired by #he Texas
Trar�sportation Code, section �42.002. In addition, each wreck�r shall provide
Notice of Com�laint Procedures to the owner of a towed vehicl� as outlin�:d by
the Texas Department of Transportation Rules and Regulations as contained in
43 Texas Administrative Cade, Chapter 18, subchapter 18.89, as same may be
amended from time to time.
d) Each tow trucK and the required equipment shall be inspected by fhe
Chief of Police or his authorized designee prior to be�ng used for services
contemplated by this contract. In addition, �ach taw truck and the required
equipment shall be subject to intermittent inspection to assure compliance with
this contract.
Standard Wrecker 4
I'uge 4 oF l2
� �
5.
INSURANCE REQIJIREMENTS
Company shall maintain insurance from insurers acceptable to City of the
following types and amounts:
5.1 Commercial Generaf Liab'rlity
$500,�00 each accurrence
$500,OOfl aggregate
or
Garage Lialaility
$500,000 each accident, other than auta
��aa,00� aggr�gate
5.2 �►utomobile Liability
$500,Q00 each accident, combined sir�gle limit
This coverage shall include al1 vehicles owned or non-owned that are
operatin� under Company's operating authorify.
�.3 CargolOn�Hook
�30,000 per unit
Coverage shall include bofh the unit being tow�d and its contents_
Units cov�red shall include but not be limited to motor vehicles,
trailers and boats. Coverage shall be written on a direci primary
basis.
5,4 GARAG�K��P�R'S �IABI�ITY
$30,000 per unit
5.5 Worker's CompensatianlAccident Insurance
Coverage shall meef the minimum requirements af state iaw as cor�-
tained in the Motor Carrier Rul�s and Regulations.
5.6 Current insurance cerkificates shall remain on file with the City during the
term of this Cantract. Insurance coverage may, at the sole �iscretion of the City,
be revised upward upon thirty (30} days prior written notice fo Company. Policies
shall be endorsed as fo[1ows:
Standard Wrecker
Page 5 of l2
S
a) The City, its officers, employees and servants shall b�; endorsed as an
additic�nal insured on all policies except employer's liability insuranc�
coverage under the workers' compensation insurance policy.
b) Certificat�s of insurance shall b� deliv�red to the supervisor af the City of
Fork Worth Au#o Po�nd, 130� E. Nor�hside Drive, Fort Worth, TX 76102, prior
to ar�y work being performed under this contract.
c} Any failure on part of the City to request required insurance
documentation shall not constitute a waiver of the insurance requirements
specified herein.
d) Each insur�r�ce policy shalf be encfarsed fa provide the City a minimum
thirty days notice af cancellatian, non-renewal, andlor material change in
policy terms or coverage. A ten days notice shall be acceptable in the event
af non-payment of premium.
e) lnsurers must be a�thorized to do business in the State of Texas and
have a current A.M. Best rating of A: Vll or equi�alent measure of financial
strength and solvency.
f} Deducti�le I�mits, or s�lf-fund�d r�tention limits, on each policy must not
exceed $10,OQ0.00 per occurrence �nless otherwise approved by the C�ty,
g) Otherthan worker's compensation insurance, in lieu of traditional insuranc�,
City may consider alternative coverage ar risk treatment measures through
insurance pools or risk retention groups. TE�e City must appro�e in wrifing any
aiternative coverag�.
h) Wor{cers' compensation insurance palicy(s} covering employees shall be
endorsed with a waiver of subrogation providing rights of recovery in favor of
the City.
i) City shall not be responsible for the direct payment of insurance premium
costs.
j} Insurance policies shall each be endorsed to provide that such insuranc�
is primary prot�ction and any self-funded or commercial coverage maintained
by City shal[ not be called upon to contribute to loss reco�ery.
3landarcl Wred<er
k'a�e G of l2
C
k} Company shall report, in a time�y manner, to City's officially designated
contract administrafor any known lass occurrence wl�ich could give rise to a
liability cfaim or lawsuit or w�ich could result in a property loss.
I) Company's Eiability shall noi be limite� #o t�e s�ecifie� amounts of
insurance required hereir�.
m) llpon the request of City, Company shalf provide complete copies of a!I
insurance policies r�quired by these contract documents.
5.7 In the event a state or f�deral law, rule or regulation pertainin� to wrecker
service campanies operating within th� State of Texas exceed insurance
requirements specified herein, such �tafe or federa! law, rule or regulation shalf
pr�vail for the respective type of insurance co�erage andlor limifi thereof.
6.
DIJTIES AND RESPONSIBfLITIES OF COMPANY
Company, during the term of this contract, shall perform the followin� duties
and hav� th� fallowing responsibilities:
a) Maintain as its primary �usiness the towing of �ehicles or trailers by
wreckers meeting the requirements of paragraphs 4(a} and 4(b) above.
"Primary business" shall mean that Company receives more thar� fifty per-cent
(50%) of it gross revenues from the fowin� of v�hicl�s and trailers. All of
com�any's records shall be open to r�asonable inspection, both at the time of
execution of this agreement and at any time dUring the term her�of, to �erify
compliance with this condition.
b) Maintain a currently lic�ns�d vehicle storage facility [ocated within the
corporate limits of the City. "Vehicle storage facility" shall mean a facility
operated by a perso�t Iicensed under Artic[e 6687-9a, Re�ised Statutes.
c) Maintain business operation twenty-four (24} hours a c{ay, se�en days per
weeK.
d) Respond to alf calls contemplated by this contract wiihin fhirty {30) minut�s
of notification, except in extraordinary situations where delay is caused by �ce,
snow ar other weather relat�d conditians. In the event Gompany fails fio
respond as required, Cify may notify another wrecker company and Company
Standard Wrecker 7
Page 7 of 12
7,
TERMINATION AND SUSPENSION
shal[ not be entitled to the compensation to which it wouEd have been entitled
had it arrived timely.
e) Mainfain on file wit� the City the name o�F the owner, president or chief
ex�cutive officer, business address, and tele�hone num�er; further, Company
shall natify ihe City of any change of awnership, president or chief executive
officer, or change of address witnin five (�) business days of any such chang�.
f) Deliv�r the motor vehicfe being towed to the location within the corparate
limits of City designated by the police officer at the scene of the pull. Delivery
shall be made withou# delay or detour.
g) Fully cooperate with any investigation conducted by the Cify regarding
complaints against Company, whether or not such complaints arise out of
services contemplated by this Contract.
h) Shall not become delinquent in the payment of any taxes due to City.
i) Shal] not go to any accident scer�e unless the Company has been called to
the scene by the owner or operafor of a vehicle or an a�ati�orized representative
of same, or by the City.
j) Completely remove aIl debris resulting from any accident to which th�
Company is respor�ding. Removal of debris shall not �e considered complete
by merely swe�:ping it to the curbline.
k) Shall not solicit any wrecker business within ihe corporate limits of City at
the scene of a wrecked or disabled vehicle, regardless of w1�e�her the
solicitation is for the purpose of soliciting the fJU51tl�S5 of towing, repairing,
wrecking, storing, trading, or purehasing the v�hicle.
I) Shall only employ �rivers of taw frucks authorized to operate same.
m) Provide the Police Pound personne� wit� an invoice at the time the vehicle
is delivered to the Auto Pound together wi#h the signed wrecker selection form
tfl be provided,
7.1 This contract may be terminated or suspended by City far any of the
following causes:
Standard Wreeker
Page 8 of l2
`3 •
, ,.
a) Violafion of any ferm andlor condition specified in this contract.
�) �ailure to notify the Communications Division of the Police Department
within fift��n (15) minutes from the time of notification if the Company will
be unable to respond within the thirty (30) minutes allotted �For a response to
a call for wrecker service.
c} Permitting a tow truck to be operated by anyone while under the influence
of alcahol andlor drugs.
d) Permittir�g a tow truck to be operated by anyane whose operator's license is
suspended,
e) Transferring or assigning any call for ser�ice to any otF�er company
f) Any sustained com�laint of thef# by personnel of Company wt�ile actirtg in
their capacity as employess of Company, whether occurring dur�ng a police
pufl or oth�rwise.
g} Any sustained complaint of threats made by personnel of the Company
whife acting in their capacity as employees of Company made against third
�arties during a police pull or ot�erwise.
h) Failing fo comply with all direcfions of police personnef at the scene of a
police pull or ei�ilian employee at fh� Police Pound. Company may requsst
a police supervisor fo validate any such direction given.
i) Five (5) passes within a fhirty (30) day period. Pass in t�is paragraph shall
mean Company failing to notify the City of its inability to respond to a
request for service as required by paragraph 2 above.
j) Ten (�0} passes within a thirty (30) day period. Pass in this paragraph sha{I
mean a Company natifying the City of its inability to respand to a request for
service as req�air�d by paragrapf� 2 above.
k} Violation of any rul� or r�gulation contain�d in Exhibit "A" attached hereto.
I) Failure to comply with a�y state or federal law or city ordinance related to
t�e o�eration of a wrecker campany.
i.2 City shall nofify Company in writing of its intent to terminate or suspend for
cause iwenty (20) days prior to such suspension or term�nation. Company shall
have the right to request a hearing before the Chiet of Police or his designee
5tandard Wrecker
Page 9 af 12
�
0
regarding the intent to terminate or suspend for cause by requesting a hearing in
writing within five (5) business days after receipt of notice of intent ta terminate or
suspend. A hearing shall be conducted within fifteen (15) days of the request for
hearing. Th� City, in its sole discretion, may temporarily suspend this contract
during any appeals process.
7.3 In the event this cantract is suspended for cause, the suspension shall be
for a period of time af not less #han six (6) months nor more than fwelve (12}
months.
7.4 In tY�e event City suspends ar terminafes this contrac� for cause, and the
cause for such suspension or termination is determined to be invalid, Company's
sole remedy shall be reinstatement of this contract. Company expressly waives
any and all rights to mo�etary damages, including but not limited #o acfual and
punifive damag�s, court costs and attorney's fees.
r�.
INDEMNIFICATI�N
With r�gard to any liability which might arise hereunder, City and Company
agree tha� they shall be solely and exclusive[y liable for the negligence of its own
agents, servants, subcontractors and employees and tnat neither party sha[I look
to the other party to save ar hold it harmless for the consequences of any
negligence on the park af one of its own agent, servant, subconfractar or
emplayee. NotE�ing cantained nerein shall be constr�ed to be a waiver by City af
any right of protection that it enjoys under applicable State or Federal law.
9.
ASSIGNMENT
Company shall not assign, fransfer or sublef this Contract or any partian
hereaf to any party without the prior written cansent of City that shall not be
unr�asonabiy withheld. Any such assignm�nt, transfer or subletting of this
Contract without the canser�t af the City shall be void and shall op�rate as a
termination hereof.
scanclard wrecker 1�
Page ]p ot' 12
0
10.
Z4NES AND ROTATION LIST
10.1 City shall divide the city inta four (4) zones that shall correspond to the four
(4) pafrol divisions. Company shall be assigned to the zone or an adjacent zone in
which ii maintains its principal place of business.
1Q.2 City sha[I create a rotation list within each of the four (4) zones that will
dictate th� order in which wrecker companies are contacted.
10.3 City may request Company to conduct a police pull within any zane, and
Com�any agrees to use ifs besf efforts to arri�e at th� scen� of th� police tow
witY�in thirty (30) minutes.
11.
INDEPENDENT CONTRACTOR
It is understood and agreed by the parties hereto that Company shall
perfarm all work and services hereunder as an independent contractor, and not as
an officer, agent, servanf or emplayee of the City. Company shal! have exclusive
control of and the excfusive righf to control the datails of the wark or service to �e
performed hereunder, and all p�rsons performing same on behalf of Company,
and shall �e solely responsible for the acts and omissions of its officers, agents,
servants, employees, contractors, subcontractors, licensees and invitees. The
doctrine of respondeat superior shall no# apply as between the City and Company,
its officers, agents, s�rvants, employees, contractors ar�d subcontractors, and
nothing herein shall be construed as creating a partnership or joint �enture
between the parties hereto.
5tandard Wrecker 11
Page l 1 of 12
�
In witness whereof, the parties hereto have execufed this Contract on the ����
day of , 20Q� -,
AT�ST: - � CITY� �FORT WiDF�TH
� �� � B ,' ' , ,-
� ; � A`� � _ �� �,: ,
Gloria P�ar�n � �ibby 1�l�son
City Secr�tary Assistanf Cify Manager
APPROVED AS TO FORM
AND LEGALfTY
Assistanf City Attorney
ATTEST:
Corporate Secre#ary
� I��.���_� . . ..
,�
�n�trac� �uthorization
_x �
- - ...___.�.�;_—_�._ - ---
i�a��
Melanie Jensen inciividuallv
owned dba Action Wrec4cer
Service
(Company ame)
S
By.
Mel nie Jensen, Own r
�����A� ������
��� ��������
��� ��I���� ���.
5tandard Wreeker i2 = _ —
Page 12 of 12
������� � �
���� �����
T�Se �'a���o�vj�g r�[es �er�d re��ap�t��ons �iil be �aQ�o�red F�y �,L ���c�Cet- ��u�p��g�s
u�po� �r�•ival �i the A�uto �'oaa�d.
1. Tl�e entry gate wi.11 not be blociced Uy wrecl�ers waiiing fa enter or exit the Auio
Pous�d. '
2. No w�•ecicer shall enter the Auto Pound witll mare t�1an one (1) �erso�/operatoz,
❑nless autIiorized by t11e o�� duty sl�i�i supez-v�isor. This will tae done on a case by
C&5� 17?..eic.
3. For safety reaso�s, a Caz Ca�xier v�il� be required io off load their cargo when
passible. Tlus si�a�l be d.eten�ined l�y t�ie oi1 duty supexvzsor.
4. Inventories sho�.ild be ha�dled in a� expeditiaus ma.i�ner when possib�e. However,
Auto Potiusd perso�uel axe reqti�ired io da a complet� and �recise i�ventory of all
propei-�y a.i1d velucles. A specific tiine �-ame wauld Ue im}aossil�le to ii3stitute.
�. No wrecke�• d�-iver/operaior will assist wi�li ay.�y i�ventory being conducted by
Auto �ow�d perso�el.
6. The use of Car Ca��-ier�s, ext�a time, ext�a equipnlent, etc., shall be sul�ject t�
approval by ti�e Wrecker Administzator or Auto Potu�d Supeivisor.
7. Wrec�cer drivers/opera�ors/owners shall be req2aired to follow any directions or
ii�structions givei� �y �Luto Po�iud personnel. �
8. Wrecicer Coi11���y Ow�7ers shall assist �aid comply wi� a�y investigatian
perfoi7l�ed by Auto Pouiid �erso�uel or the Fort Wortlz Police De�artmeil� in
regards ta their co�pariy, d�-iver, aperator and or busiriess wi�liot�t 1�esitation.
9. Vio�atioizs of any of the aUave rules shall be subject to re�few by �lie Wrecker
Ad111L1115tT3�OT OT AllfO POUI2CI Sil�OI"VX50I.
The Auto Pauild St�}�ervisor or a lugl�.er level of coinma�.ld n�ay detein�i�le
disciplinaiy actioi� up to and 'uscluding tei�lination of con�iaci.
City o, f�'o�t T�o�th, T'exas
���� ��d ������a ������;������
DATE REFERENCE NUMBER LOG NAME PAGE
418103 ��� 9�r�e� 35TOWS 1 of 2
suB.�ECT SUPPLEMENTAL APPR�PRiATION ORD�NANCE AND CONTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR ABANDOIVED VEHICLES FR4M MULTIPLE
VENDORS REQUIRED BY CITY �RDINANCE FOR THE POLICE DEPARTMENT ____
RECOMMENDATION:
If is recommended .that ihe City Council:
1. Authorize contracts for Pofice Department requested non-consent towing of wrecked or abandaned
vehicles from multiple vendars as required by Section 34-181 of�the Code of the City af Fart Wortf�
(1988), as amended; and
2. Authorize the cont�acts to begin Apri{ 8, 20Q3, and expire Septemher 3D, 2003, with options to
renew for four additiona[ one-year periods; and �
3. Adopt the attached supplemental appropriaiion ordinance increasing estimated receipts ar�d
appropriations by $446,944 in the General Fund from a�ailab�e funds.
DISCUSSlON:
Section 34-181 of the Code of the Ci#y af Fork 'VWarth (1986), as amended, required t�at all pofice
department, non-consent tows, shall be under�aken pursuant to contract, specificaily executed befween
the C�ty and a wrecker company. The Public Safety Commiftee extensi��ly re�iewed tf�e new rates and
unanimausly appro�ed this recommendafiion on �larch 25, 20�3.
There are three types af cantracts and rates as fallows:
� Standard towtrucks $1QQ
• Ti[t bedlrollbacf� tow #rucks $125
� Tanderr� tow trucks $9 80
Cantracts will be execu#ed with any �endor desiring to perform non-consent tows for ihe Palice
Departme�t, if they meet the contract requirements s�ch as towing aperatians being the �endors
primary b�siness, equipmen# specificatians, insurance, and a{acally lieens�d storage facility.
The fees for ser►iEces to be provided and assignment to one of four zones are the same as contained by
Gity Code. The estimated expenditure for these servEces is $1.8 million per year i�cfuding the
anticipated increase (af $446,944} for the remainder of fhe fiscal year based on the revised rates. This
increase wilC be offset b� revenue collected as fees.
RENEWAL OPTI�NS - Thes� contracts may be renewed for up to four successive ane-year terms at
the City's option. This action does noi require speciffc City C�uncil appro�al pro�ided the City Council
�'ity of'1�o�t Worth9 Texas
�y�� a��� �.�u����� �am��n������n
DATE I�EFERENC� NUMB�R LOG NAME PAGE
418103 ��1 g��q�4 35TOW5 2 of 2
SUBJECT SUPPLEMENTAL APPROPRIATI�N ORDINANCE AND CONTRACTS F'OR NON-
CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MUL.TIPL.E
VENDORS REQIJIR�D BY CITY ORDINANCE FOR THE POLICE DEPARTMENT
has appropriated sufficient funds to satisfy the City's obligation during the renewaf term.
FISCAL INF'ORMATIONICERTIFICATION:
The Finance Director certifies that upon appfoval and campletion of the above recommendations and
the adoptior� of the attached supplemental appropriation ordinar�ce, funds wifl �e a�ailable in fhe current
o�erating budget, as appropriated, of the Genera� Fund.
LVIl: r
Suhmitted for City Manager's
Of#ice by:
Libby Watson
Originating Department Head:
Ralpli Mendaza
Additional Informafion Contack:
Susan Alanis
I FUiYD I ACGOUNT I �ENTER
I (to)
� GG01 539'120 0353403
6] 83 � GG01 462624 0353403
483$6 I (from)
GG01 539920 0353403
�
78262 �
AMOUNT
$446,94A�.00
$446,944.00
�
�
�
$446,944.00 �
C1TY SECRETARY
APPROV�D 04/�8/03
ORD.# ISSI7