HomeMy WebLinkAboutContract 28651i �
GIYY S�C:��'���Y�$����
CONTRACT FOR TOW TRUCK SEf��L�ACT R1C?. _ _
(TILT BE�IR�LL BACK}
WHEREAS, the City of For� Worth oecasionally requires the services of
tow trucks; an�
W HEREAS, such taw truck services are necessary to pratect the safety of
the citizens �f the City of Fort Wor�h,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
The City of Forfi Worth, hereinafter referred to as "Ci#y", acting herein by
and through Libby Watson, its duly authorized Assistant City Manager, and
WHW Trans�ork Inc. dba Cornish Wrecker Service, hereinafter referred ta as
"Company", acting h�rein �y and through Curt Clothier, its duly authorized
Vice President, agree as follows:
1.
SERVICES
City hereby contracts with Company to provide police pull towing service.
As useci herein, "police pull" shall mean thaf f1�e Fort War�h Police Department
has called Company from the rotation list to eith�r remove a wrecked or disabled
vehicle or to remove a vehicle in a safe dri�ing conditionT but the owner is not
present, able or permitted to drive or to make authorizations.
2.
TERM
The initial term of this contract shall expir� on S�ptember 30, 2003. ln
addition to the initial term of this contract, there sha[I be four options to renew for
terms of one year each, unless ear[ier terminated as hereinafter provided.
Renewal sha11 occur upon City including in its budget fior the options years
sufficient funds to pay for its obligations hereunder and Company providing proof
of insurance to City.
3.
COMPENSATION
3.1 Compensation. As compensation far providing the services
contemplated by t�is Contract, City agrees to pay Compar�y as fo Ic�v�;��,��,j�� �� �
��� ������a��
��. �'����, ���.
S �
a) Towaqe. A charge o� one hundred twenty five dollars ($125.00) for towing
such v�hicle from one point an a street to anothar location within the
corporafe limifs of the city as dir�ct�d �y the po�ice off�cer at ti�e place where
fii�e tow originated; such charge includes one-half hour of Extra Work. In the
event Company responds to the scene of a police pull witi� a tilt bedlroll back
truck when the pofice pull could have been accomplished wi�h a sfiandard tow
truck, Company shall be entitled to fhe reduced charge of One hundred
doilars ($�OO.OQ}.
b) Second tow v�hicle. In the ever�f the police officer at the scene determines
that a standard tow �ehicl� is re�uEred '[n addition to the tilt bedlroll back
truck, a charge of One hundred Dollars �$100,00) per hour, witY� a minimum
charge of one hour, billed in increments of fifteen (15) minutes while at the
scene of the police pull. A police sup�rvisor s1�a[I approve the use of a
second tow truek. Travel time is excluded.
c) Extra work. An additiana{ charge of One hundred dollars ($10Q.Q0) per
hour, wit� a minimum charge of one 1�our, charged in incr�m�nts of fifteen
(15) minut�s, for remo�ing vehicles that are offi the stree� righf-of-way, such
charge to b� made from the time the aperator begins to remove the vehicle
until it is on the traveled partion of the street. Even though the vehicl� is
within the street right-af-way, ar� additional charge may be made if the vehicl�
is iqcated in some unusual cond�tion within the right-of-way, such as, but not
limited to, a river or a creek bed or a ditch of greater depth than the ordinary
bar ditch. Extra wark shall only be al[owed when auf�orized by a palice officer
at the scene of tha pull. The charges for such extra work shall be reviewed
and approved by �he Auto Pound Wrecker Administrator. Extra work
excludes travel time, waiting time, and clean-up time.
d) Handlinq hazardous materials. When the cargo of any motor vehicle or
trailer includes explosive, nuclear, radioactive, hazardous or corrosive
materials, as defined by the Environmental Protection Agency, Texas
Departmenf of Transportation, or the Texas Commission on Environmental
Quality, a fee equal to one hundred�fifty �150} perce�f of th� charges
'I'i�t Wrecker 2
Page 2 oF 12
permitted under s�abparagraph "'a" above. In addition, a charge may be made
for expenses incurred related to protective clothing and any other supplies or
equipmet�t used in handling such materials, such charge being equal to the
acfua! amounts incurred plus fifteen (15) �ercent.
e) Nothing contain�d herein shall be canstrued so as to obligate City to expend
any sums of money except for work actually performed. Further, nothing
contained herein shall be cortstrued so as to guarantee that Cify will contact
Company fior any fowing service cantemplafed by this Contract.
3.2 Invoicina and Pavment. Company shall Invoic� City once per month.
Company s�ali include with the invnice such documen�s as may be r�asonably
requested to provide evidence of the services provided to the City, which at a
minimum shall include copies of the wrecker selection form signe� by the officer
at the scene of the police pul! andlor personnel at the �ort Warth Au�o Paund.
Such invoice shall be subject to the review and approval of ap�ropriate City
personnel. City shall remit payment to Company not more than thirty (30} days
following ap�roval of invoice.
3.3 Compensation Review. City shall review on an annual basis the
compensation provided for hereunder, with the first such review to be conducted
during the month of August 2003. Similar r�vi�ws snalf occur in August af each
succeeding year that f�is contract is in effect. City sha[I make adjustments in the
compensation based upan increases or decreases in the cost of doin� business,
taking inta consideration fuel, insurance, labor, and such other costs as may be
relevant to the aperation of a towing business.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shall maintain at afl times the folfowing vehicles and eguipm�nt
in working candEtion:
a) A minimum ofi one (1) tilf bedlrall back dual rear wheel wrecker rated at not
less than 14,QQ0 pounds gross vehicle weight.
b) At a minimum, afl wreckers sha11 be equipped with the following eq�ipment,
wnich at al! �imes shall be maintained in working order:
Tilt Wrecker 3
1'agc 3 0l' 12
�}
2}
3)
4)
5)
6)
7)
8}
9}
1 Q)
11)
12)
� 3)
14)
15)
Tow bar
Towing lights
Emerg�ncy overh�ad warning lights (red or amber color only)
Saf�ty chain
Fir� extinguisher, A.B.C. Type
W r�cking bar
Broom
Ax
Shavel
Reflectors or traffic canes
Trash container
Two way voice or computer communication befiween tow truck and
Company dispatcher
Bac�Cing warning signals
Wheel c�ocks
Trafific cones
c) Each wrecker shall have the identifying markings required by the Texas
Transpor�ation Code, section 642.002. In addition, each wrecker shall �rovid�
Notice of Complaint Procedures to th� owner of a towed �ehicle as outlined by
the Texas Department of Transportafion Rules and Regulations as contained in
43 Texas Administrative Code, Chapter 18, suhchapter 18.$9, as same may be
amended from time to t�me.
d) Each tow truck and the required �quipment shall be inspected by the Chief o�
Palice or his authorized designee �rior to being used for services contemplated
by this contract. ln addition, each fow truek and the required equipment shall be
subject to intermittent inspection to assure compliance with this contract.
T;�c wrecker 4
Page 4 of l2
� e
�1.
INSIJRANCE REQUIREMENTS
Company shall maintain insurance of the following types and amaunts from
insurers acceptable ta the City:
5.1 Commercial General l.iability
$500,000 each occurrence
$500,D00 aggregate
or
Garag� Liabi[ity
$5a0,0aD each accident, other than auto
$500,000 aggregate
5.2 Automobile Liability
$500,000 each accident, combin�d s[ngle fimit
This coverage shall includ� all �eE�ic�es owned or non-awned that are
operating under Company's operating authority.
5.3 CargfllOnoNook
$30,000 per unit
0
Coverage shall include both the unit �eing towed and its contents.
Units covered shall include but not be limited to motor vehicles,
trailers and boats. Coverage shall be written on a direct primary
basis.
5.4 GARAGEK��P�R'S �[A���{�Y
$30,aa0 p�r unit
5.5 Worker's CompensationlAccident lnsurance
Co�erage shall meet the minimum requirements of state law as con-
tained in the Motor Carrier Rul�s and Regulations.
5.6 Current insurance certi�cates shall remain on file with the City during the
term of this Contract. Insurance coverag� may, at t�e sole disc�etion of t�e City,
be revised upward upon fhirky (30} days prior written notice to Company. Policies
sf�all be endorsed as foliaws:
�r�u w��E�i<Er 5
Page 5 of 12
r
a) The Cify, its officers, employees and servants shall b� endorsed as an
additional insured on all policies except emplayer's liability insurance
coverage under the workers' compensation insurance policy.
�) Cerkificates of ir�surance shall be delivered to the supervisor of the City of
�ort Warth Auto Pound, 1301 E. Northside Driv�, Fort Worth, TX 761 a2,
prior to any work being p�rformed under this contracf.
c} Any failure on part of the City to request required insurance
documentatio�t shall nof cons�itute a waiver ofi �he insurance requirements
specified he�ein.
d) Each insurance policy shall be endorsed ta �rovide the City a minimum
thirty days notice of cancellation, nan-renewal, andlor maferial cnange in
policy terms or coverage. A ten days notice s�all be acceptable in the
event of non-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 eguivalent measure of financial
sfrength and solvency.
f) Deductible limits, or self-funded refention limits, on each policy must not
exceed $� O,OOO.QQ per occurrence unless otherwise approved by the City.
g) Qther than worker's compensation insurance, ir� Eieu of traditional insurance,
City may consider alternative coverage or risk treatment measures throu��
insurance pools or risk retention groups. The Cit� must appro�e in wr�ting
any alternative coverage.
h) Workers' compensation in�urance policy(sj covering employees shall be
endorsed with a waiver of subragation providing rights of recovery in fa�or
of the City.
i) City shall not be responsible for the direct �aymenf of insurance premium
costs.
j) lnsuranc� policies shall each be endorsed to p�ovide that such insurance
is primary protection and any selfi-funded or commerciaf coverage
mainfiained �y City shall not be cafled upon to contribute to loss recovery.
7"ilt Wrecker
Page fr of 12
�
k) Com�any shal! repor�, in a time[y manner, to C�ty's officia{ly designated
contract administratar any known loss occurrence which coul� giv� rise to
�a liability claim or lawsuif ar which could result in a proper�y loss.
I) Company's liability shall not be limited to the specified amounts of
insurance required herein.
m) Upon the request of City, Campany shall provide complete copies ofi all
insurance policies reqUired by these contract documents.
5,7 ln the event a state or federal law, rule or regulation pertaining to wrecker
service companies operating within the State of Texas exceed insurance
requirements specified herein, such state or federal law, rule ar regulation shall
pre�ail for the res�ective type af insurance coverag� andlor limif fhereof.
�
DUTIES AND RESPONSIBILITIES OF COMPANY
Company, during the term of this contract, shall perForm the fol[owing duties
and have the following respor�sibifities:
a) Maintain as it� primary �t�siness the towing of vehicles or trailers by
wreckers meeting the requirements of paragraphs 4(a} and 4(b} above.
"Primary business" shall mean that Company receives more than fifty per-
cent (�0%) of it gross revenues from the towing of vehicles and trailers. A[I
of company's records shall be open to reasonable inspection, ba�h at the
time of execution of this agreement and at any time during the term hereof,
to verify compfiance with fhis condition.
b) Maintain a currently licensed vehicle storage faciliiy locate� within the
corporate limits of the City. "Vehicle storage facility" shall mean a facility
operated by a person under Article 6687-9a, Revised Staiutes.
c) Maintain business operat�on twenty-four (24) hours a day, se�en days per
weel�.
dj Respond to a1l calls contemplated by this contract within thirky {3C}) minufes
of notification, �xcept in extraordinary situations where delay is caused by
ice, snow, or other weafher related conditions. In the event Company fails to
Ti�t wiecker 7
Pade 7 ai' l2
0
respond as required, City may notify another wrecker company and
C�mpany sha�{ not be entitled to the compensatior� to which it would have
been entitle� had it arrived timely.
e} Mainfain on file with the City the name of the owner, president or chief
executi�e officer, business address and telephone number; furt�er
Company shall notify the City of any change of ownership, president or
chief executive officer, or change of address within five (5) business days of
any such change.
f) Deliver the motor vehicle being fowed to the location within the carporate
limits of City designated by the police officer at the scene af the pull.
D�liv�ry shall be made without delay or d�tour.
g) Fully cooperate with any investEgation conducted by the City regarding
complaints against Company, whether or not such camplaints arise out of
services contemplated by this Contract.
h) Shall not become delinquent in the payment of any taxes due tp City.
i) Shafl not go ta any accident scene unless the Campany has been called to
the scene by the owner or aperator of a vehicle ar an authorized
repr�sentative of same, or by the City.
j) Completely remove all debris re�ulting from any accident to which the
Company is res�onding. Remaval of debris shall not be consid�r�d
complete by merely sweeping it to the curbline.
Cc) Shall na# solicit any wrecker business within the corporate limifs of City at
the scene of a wrecked or disab[ed vehicfe, regardless of whether #h�
salicitatian is far the purpose of soEicifing fhe business of fowing, repairing,
wr�cking, staring, trading, or purchasing the vehicle.
I} Shall only employ drivers of tow trucks authorized to operate same.
m)Provide the Police Pound personnel with an invoice at tf�e time the vehicle
is deliv�red to the Auto Potand together wfth the signsd wrecker selection
form ta be provided.
Tii� w����i«��
Page 8 of l2
:
�
f�
TERM{NATION AND SUSPENSION
7.1 This contract may be terminated or suspended by tne City for any of the
following causes:
a) Violation of any #erm or cortdition specifiied in this contract.
b) Failure to notify the Communications Division of the Police De�artment
within fifteen (15) minutes from fhe fime of notification if the Company wi[I
be unable �o respand within th� thirty (30} minutes allotted for a respons� fo
a wrecker ca1l.
c) Permitting a tow truck to be operated by anyone while under the influence
of alcohol andlor drugs.
d} Permitting a tow truck to be operated by anyone whose operator's license
is suspended.
e) Transferring or assign�ng any call for service to any other company
f) Any sustained complaint of thef� by personnef af Cpmpany while acting in
their capacity as employees of Company, whether occ�rring during a po[ice
pull or otherwise.
g) Any sustained complaint of threats made by personnel af the Company
while acting irt their capacify as employees of Company made against third
parties during a police pull or otherwise.
h) Faiiing to comply with ali directions af police personnel at the scene of a
police pull or civilian or police personnel at the Police Au�o Pound.
Company may request a pol�ce supervisor to �alidate any such directior�
given.
i} Failure to comply with any state or federal law or city ordinance related to
the operation of a wrecker company. �
j) Five (5) passes �vithin a thirty (3D) day period. Pass in th�s paragraph shall
mean Company failing to notify fhe City of its inability to respand to a
re�uest for service as reqUired by paragrapl� 2 above.
Tilt Wrecker
Page 9 al' 12
�
k} Ten �10) passes within a thirty (3D) day period. Pass in this paragraph
shall mean a Company notifying the City of its inabiliiy to respond to a
request for service as required by paragra�h 2 above.
I} Viofation of any rule or regulation contained in Exhibit "A" attached hereto.
7.2 City shall notify Company in writing of ifs intent to terminate or suspend for
cause twenty (20) days prior to such sUspensiar� or termination. Company shall
have t�e right to r�quest a hearing before the Chief af Police or his designee
regarding the in#ent to ferminate ar suspend for cause by requesting a hearing in
writ�ng within five (5) business days after receipt of notice of inten# to terminate or
susp�nd. A h�aring shall be conducted within fifteen (15) days of the request for
hearing. The City, in its sole discretion, may temporarily suspend this contract
during any ap�eals process.
7.3 in the even# this contract is suspended for cause, the suspension shall be
for a period of time of nat less than six (6) months nor more fhan twelve ('� 2)
months.
7.4 In ti�e event City suspends or terminafes this contract for cause, and the
cause for such suspe�nsion or termination is determined to be invafid, Company"s
sale remedy shall be reinstatement of this contract. Company expressiy wai�es
any and all rights to monefary damages, including but not limited to actual and
punitive damages, court costs and attorney's f�es.
8.
[NDEMNIFICATION
With regard to any iiabifity wY�ich might arise hereunder, Gity and Customer
agree that they shall be solely and exclusively liable for the negligence of its own
agents, servants, subcontractors and employees and that neith�r party shall look
to the other party to save or hold it harmless for the consequences of any
negligence on the part of one of its own agenfi, servant, subcontractor or
employee. Nothing contained herein shall be construed to be a waiver by City of
any rigF�t of protection that it enjoys under applicable State or Fed�ral law.
Till Wreeker 1 Q
1'age l0 oF l2
�
ASSIGNMENT
Company shall not assign, transfer or sublet this Co�traci or any portion
hereof to any party without the prior writtan conseni of City that shall not be
unreasonably withl�eld. Any such assignm�nt, transf�r or subletting of this
Contract shall be void and shall o�erate as a terminafion hereof.
10.
ZONES AND ROTATION �IST
A. City shall di�ide the city into four (4) zones that shall correspand to the four
�4) patrol divisions. Company shall be assigned ta the zone or an adjacent zone in
which it maintains its principal �lace af business.
B. Gity shall cr�atc� a rotation list within �ach of the four (4} zones tnat will
dictate the order in w�ich wrecker companies are contacted.
C. City may request Campany to conduct a pol�ce pull within any zone, and
Company agrees fo use ifs best efforts ta arrive at the scene of the police pull
within thi�ty �30) minutes.
11.
INDEPENDENT CONTRACTOR
It is understood and agreed by the parties hereto that Company shall
perfarm a�l w�rk and services hereunder as an independent contracfor, and r�ot as
an officer, agent, servant or employee ofi the City. Company shall have exclusive
cantrol of and th� exclusive right to control the details of the work or service to be
,
perFormed hereundar, and all p�rsflns perfarming same on behalf of Company,
and shall be sofely responsible for the acfs and omissions of its officers, agertts,
servants, employees, contractars, subcontractors, licensees and invitees. The
doctrine of respondeat superior shall not apply as between the City ar�d Com�any,
its officers, agents, servants, employ�es, contractars and suf�contractors, and
nofhing herein shall be construed as creatir�g a partnership or joint venture
befween tt�e parties hereto.
In wifness whereof, th� parties h�reto have executed this Contract on the
����"` day of 1 J�( , 2f��
�
Tac w�•��ker 1 I
f'age l 1 of l2
. �
ATT,�ST:
4_
_-�� .
y _ , fa '� _c� = -
Gloria Pearsa�
City Secretary
�
CITY O� �RT �ICDF�TH
, . -
... .�a... B�f{ w : �
� �bby 1�J,_,�tson
Assistant City Manager
APPROVED AS TO FORM
AND �.EGALITY
�
Assistant Ci y Attorney
ATTEST:
Corporate Secre�ary
�,� 1 � �`I��c _ .
Cont� ct P�u�.hpxixation
� � � -.--�—,��_.r _,_
� _ __ .._ _�
37a�.e
WHW Transpor� Inc. dba
Cornish Wrecker Service
� {Campany Name)
By. � r � >
Curt C{othier, Vice resid�nt
Tilt Wrecker �2
Page l� of 12
� j �VJ��45 �S51�i�7�u
���� J�c������'.�1
��v ti�`��}���, ����
E�I3I�I7C �
A�JTO PO�JI�D
The following rules and regulatio�ts wi[1 be fol[owed hy ALL Wrecker• Companies
upvn arrival at t1�e Auto Pound.
l. T11e eniry gate will not be blaciced by wrecl�ers waiting to ei�ter or exit �he Auto
Faund.
2. No wrecicer shall enter the Ati�ta Poluld with mare than one (1) persanfoperator,
unless authorized by tlze on duty sluft supervisor, Tl�is will be done on a case by
case basis.
3. For safety r�asails, a Ca.r Carrier will be required to off load their eargo when
possiUle. This shall Ue deterinined by the on duty supeivisor.
4. Ii�ventories should be ha�zdled in ai3 expeditious man�er when possible. Hawever,
Auto Polrild persoi�lel are required tn dp a coinplete axld precise in�entory of all
prnperty and vehicles. A specific time fi•ame wotiild be iinpossible to institute.
5. No wrecker driverloperator wil! assist wztl� any inventory beii�g conducted by
A�lto Po�tnd persarinel.
6. Th� use of Car Carriers, extra time, extra equ�pment, etc., shall be subject to
approval by the Wrecker Adininistrator or Auto Pound Sup�rvisor.
7. Wrecicer drivers/operatorslown�rs s�1all Ue required to fnllow any directiaz�s or
izzstructioals given by Ailtr� Pound persoiu7el.
8. Wrecicer Comp.a�iy Owi�ers s1�aI1 assist and comgly with any investigation
perfor-�r►ed k�y Auto Pound personnel or th� Fort War�tli Polic� Department in �
regards to tUeir coinpa�ly, driver, operatar aud or business witholit hesitation.
9. Violations oi any of the above rules sha11 be sitbject to review by the Wrecker
Administrator or Atifo Pourld Supeivisoz-,
T11e Auto Pound Supervisor or a higher level of cornmand may determine
disciplinary action up ta �id ii�cludii�g tei7i�inatioii Qf contract.
�'ity of �or� %ijo�tlz, T'exas
���� c��d ��un��Q ��r��c�����t��r�
DATE R�F�RENCE NLIMBER LOG NAME PAGE
418103 �_� ��4� 35TOWS 1 of 2
SUBJ�CT SUPPLEMENTAL APPR4PRIATION ORDINANCE AND CONTRACTS F�R NON-
C�NSENT T�WING OF WRECKED OR ABANDONED VEHICLES FROM I�AU�TIPLE
VENDORS REQUIRED BY C�TY ORDiNANCE F�R THE POLICE DEPARTMENT
REC�MMENDATION:
I# is recommend�d that the Ciiy Council:
1. Autharize cantracts for Police Department_r�quested non-consent towing of wrecEted or abandoned
vehic{es from multiple vendors as required by Section 34-18� of the Cade �f the City of Fort Wor�h
(1986), as amended; and
2. AutE�orize the contracts to 6egin A�ril S, 2003, and expire September 3�, 2003, wi#h options to
renew for fiaur additional one-year periods; and
3. Adopt the attached supplemental appropriatian ordinance increasing estimated receipis and
appropr�a#ions by $446,944 in the Gene�al Fund from a�ailable funds.
DiSCUSSION:
Section 34-18� of the Code of the City of Fort Warth (�986), as amend�d, r�quired #hat all police
department, non-consent iows, shall be und�rtaken pursuant to contract, specifically executed between
the City and a wrecker company. The Public Safety Cammittee extensir�ely re�iewed the new rates and
unanimously appro�ed this recommendatian on March 25, 20f?3.
There are three fypes�of contracts ar�d rates as folyows:
0 5tandard tow irucks $10fl
o Tilt bedlrallbacEc tow trucks $125
o Tandem tow trucEts $180
Contracts will be execufed with any vendor desiring to p�rfarm non-consent tows for the Police
Department, if they meet the contract requiremen#s such as towing operations being the �endors
primary business, equipment specifications, insurance, and a locally licensed starage facility.
The fees for s�rvices to be provide� and assignment ta one of four zones are the same as contained by
City Cade. The esfimated expenditure far these services is $1.8 million per year including the
artticipated increase (of $446,944} for the remainder of the fisca[ year based on #he revised rates. This
increase will be offset by re�enue colEected as fees.
RENEWAL OPTIONS - These contracfs may be rer�ewed far up to four successive one-year terms af
the City's option. This action does not require specific City Council approval pra�ided fhe City Council
�'ity o�'�'ori T�orth, T'ex�s
���� ��� �,�un�e�( �,����r��������t
DATE �2EF�RENCE 1�UMBER LOG NAM� PAGE
4I8J03 ��� 9��� I 35TOWS I 2 of 2
sua��cT SUPPLEMENTAL APPROPRIATION ORDINANCE AND C�NTRACTS F�R NON-
C�NSENT TOWING O� WRECKED OR ABANDONED VEHICLES FROM IWIULTIPL�
VENDORS REQUIRED BY CITY �RDINANCE FUR THE POLICE DEPARTMENT
has appropriafed sufficient fun�s to satisfy the City's obligation �uring the rer�ewal term.
FISCAL INFORMATfONICERTIFICATI�N:
The Finance Directo� certifies that upo� approval and completiori of the above recnmmenda#ions and
the adoption of the attached supplemenial appropriation ordinance, fu�ds wilf be available in tf�e current
ap�rat�ng budge#, as appropriated, of the Generai Fund.
LW:r
Submitted for City Manager's
Office by:
LibUy Watson
Originating Department Head:
Ralph Mendoza
Additional Information Contact:
Susan Alanis
I FUND I ACCOU1�iT I
� (to)
� GG01 539120
6183 GG01 462624
�
48386 I (from}
GG01 539120
�
78262 I
CENTER � AlVIOUNT
0363403 $446,944.00
0353403 $446,944.00
0353403 $446,944.00
CITY SECI2E7'ARY
� APPIZOVED 04/D8/03
I O1tD.# 15517
�