HomeMy WebLinkAboutContract 28670i��� . �
_ i- _
CONTRACT F�R T�W TRUCK SERVICE �ON� �� � Y�J �7�
�� 1
(TILT BEDIROL� BACK) - -
WHEREAS, the City af Fort Workh occasionally requires fhe services of
tow trucks; and
WHEREAS, such tow truck services are necessary to protect the safiety of
the citizens of the City of Fort Worth,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
The City af Fort Worth, hereinafter r�ferred to as "City", acting herein by
and through Libby Watson, its duly a�thorized Assistant City Manager, and and
TP Mofor Ltd., dba Alliance Towina & Recovery bv Mav's Rose Corp. it's General
Partner, hereinafier referred to as "Compar�y", acting herein by and through
Tuven C Nquyen, its duly authorized Pres�dent, agree as follows:
1.
SERVICES
Cify hereby contracts with Company fo provi�e po[ice pull towing service.
As used herein, "palice pull" shall mean that the Fort Worth Police Depar�ment
has cal[ed ComPany from the rotation list fo either remove a wrecked ar disabfed
ve�icle or to remove a v�hicle in a safe driving condition, but the owner is not
present, able or permitted to drive or to make authorizations.
2.
TERM
The initial term af this contract shall expire on Sepfember 30, 2003. In
�dditian to the initial term of this contract, there sY�all be faur options to renew for
terms of on� year each, unless earlier terminated as hereinafter provided.
Renewal shaii occur upon City including in its budget for the options years
sufficient funds to pay for its o��igations hereunder and Company providing �roof
of insurance to City,
3.
COMPENSATION
3.� Compensation. As compensation for pro�iding the services
cor�templated by this Contract, Cify agrees to pay Company as fofl��; ,-
� �� �������
{ ���� ������a�
� ��, �`���..��, ���,
a} Towaqe. A charge of one hundred #wenty five �ollars ($125.OD} for towing
sUch vehicle from one point on a street to another location within the
corporate limits of the city as directed by the police officer at the place where
the tow originated; such charge includes ane-half hour af Extra Work. In tY�e
event Company responds to the scene of a police p�ll with a tilt bedlroll back
truck when t�e police pull could have been accomplished with a standard tow
trt�ck, Company shall be entitled fio the reduced eharge of Qne hundred
�ollars ($100.D0}.
b} Second tow vehicle. In the event the police offic�r at the scene determines
that a standard taw vehicle is required in addition to the #ilt bedlroll back
truc(c, a charge of One hundred Dollars ($100.00) per hour, with a minimum
charg� of one hour, billed in increments of fifteen (15) minu#es while af fhe
scene of the police �ull. A police su�ervisor shall appro�e the us� of a
second taw truck. Travel time is excluded.
c} Extra work. An addi�ional charge af One hundred dollars ($100.00) per
hour, with a minimum charg� of one hour, charged in increments of fifteen
(15) minutes, for removing vehicles that are off th� str�et righ�-of-way, such
charge to be made from the tim� the opc�rator b�gins ta remove the �ehicle
U�til it is on the travel�d portion of the sfreet. Even though the vehicle is
within ti�e street right-of-way, an additional charge may be made if the vehicle
is located in some unusual condition within the right-of-way, such as, b�t not
limiied to, a ri�er or a creek bed or a ditch of greater depth than the ordinary
bar ditch. Extra work snall only be allowed when authorized by a police officer
at the scene of the pull. The charges for such extra work sha11 be reviewed
and approve� by the 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 corrasive
materials, as defined �y the Environmental Protection Agency, Texas
Department of Transportafion, or the Texas Commission on Environmental
Quality, a fee equaf to on� hundr�d-fifty (150} p�rcent of the charg�s
Tilt Wredcer �
Page 2 of l2
permitted under subparagraph "a" abo�e. ln add�tion, a charge may be made
for expenses incurred re[ated to protective clothing and any other supplies ar
squipment used in handling such materials, such charge being equal to the
actuaf amoUnts incurred plus fifteen (15) percent.
e) Nothing contained herein shall be construed so as to obligat� City to expend
any sums of money except for work actually performed. Fur�her, nothing
contained her�in shall be construed so as to guarantee that Cify will contact
Company for any towing service contemplated by this Contract.
3.2 Invoicinq and Pavment. Company shall Invoice City ance per montY�.
Company shall inclu�e with the invoice such documenfs as may be reasonably
requested to provide evidence of the services provided to the City, whicE� at a
minimum shall include copies of the wrecker selection form signed by the officer
at the scene of the police pull andlor personnel at t�e For� Worth Auto Paur�d.
Such invaice shall be sub�ect to the review and approval of appropriate City
personnel. City shall remit payment ta Company not mor� than thirty (30) days
follawing appraval of invoice.
3.3 Comqertsation Review. City shall review on an annual basis the
compensation provided for hereunder, with fh� firsf such review to be conducted
during the month of August 2003. Similar reviews shall occur in August of each
succeeding year that this contract is in effect, City shall make adjustments in the
compensation based upan increases ar decreases in the cost af doing business,
taking into consideratian fuel, insurance, lahor, a�d such other casts as may be
relevant to fhe operation af a towing business.
4.
VEHICLE AND E{�UIPMENT REQUIREMENTS
Company shall maintain at all times the following vehicles and equipment
in working conditian:
a) A minimum of ane (1 } tift bedlroll back dual rear wheel wrecker rated at nat
less than 14,000 pounds gross v�hicle weight.
�) At a minimum, all wreckers shal[ be equipp�d with the foflowing equipmenf,
which af all times shall be mainfained in working order:
T;it w�•�G���• 3
Page 3 of 12
1)
2)
3}
4}
5)
6}
7)
8)
9)
10)
�1}
12}
� 3)
14)
1�)
Tow bar
Towing lights
Emergency a�erhead warning IigY�ts {red or amber color only}
Safety chain
Fire extinguisher, A.B.C. Type
Wrecking bar
Broom
Ax
Shovel
Reflectors or traffic cones
Trash contain�r
Two way vaice or computer communication between tow truck and
Company dispatcher
Bacicing warning signals
Wheel chocks
Tra#fic cones
c} Each wrecker shall have the identifying markings requir�d by the Texas
Transportation Code, section 642.002, fn addition, each wrecker shall provide
Notice of Complaint Pracedures to the owner ofi a towed vehicle as out[ined by
the Texas Depar#ment of Transportation Rules and Regulations as contained in
43 Texas Administrative Code, Chapter 18, subchapter 18.89, as same may be
amended from time to time.
d) Each tow #ruck and the required equipment shall be inspectec� by the Chie�F of
Police or his authorized designee prior to being used for services contemplated
by this contract. In addifion, �acf� tow truck and t1�e r�quired �qui�ment shall �e
subjeci to intermittent inspection to assure compliance with this contract.
Tilt Wreckcr
Page �4 of l2
4
5.
INSURANCE REQIJfREMENTS
Com�any shal{ maintain insuranc� of th� following types and amounts from
insurers acceptable to the City:
5.1 Cammercial General �iability
$500,000 each occUrrence
$�OO,OOQ aggrega#e
or
Garage �iability
$500,OQ0 each accider�t, other than auto
$SQO,QQ� aggregate
5.2 Automobile Liability
$500,000 each accident, combined single limit
This coverage shall include all vehicEes own�d or non-owned that are
operating under Company's operating authority.
5.3 CargolOn�Hoo�
$3�,000 per unit
Cov�rage shall ir�clude both the unit being towed and its contents.
Units covered sh�11 inclu�e but not be limited to motor vehicles,
trail�rs and boats. Coverage shall be written on a d�rect primary
basis.
5.4 GARAG�KEEP�R'S LI/�BILITY
$30,000 per unit
5.5 Worker's CompensationlAccident Insrarance
Goverage shalE meet the minimum req�irements of state law as con-
tained in the Motor Carrier R�les and Regulations.
5.6 Current insUrance certificates shal! remain on fiile w�th the City during the
term of this Contract. lnsurance coverage may, at the sole discre#ion o�F the City,
be re�ised upward upon thir#y (3a) days prior written nofice to Company. Policies
shall be endorsed as follows:
Tilt Wreeker
E'age 5 of 12
5
i
a} The Cify, its officers, empfoyees and servants shall be �ndorsed as an
additional insured on all policies except �mployer's liability insurance
coverage under the warkers' comp�nsation insurance �aolicy.
b) Certificates af insuranc� shal� be delivered to the su�ervisor of the City of
Fort Worth Auto Pound, 1301 E. Northside Dri�e, Fort Worth, TX 76102,
prior to any work being performed under this contract.
c) Any failure on par� of th� City to request req�irec� insurance
documentation shall not constitu#e a waiver of the insurance requirements
specified herei�.
d) Each insurance pol�cy shall be endorsed ta provide th� City a minimum
thirty days notice of cancellation, non-renewal, andlor material change in
policy terms or coverage, A ten days notice shall �e acceptable in the
event of non-payment of premium.
e} lnsurers musf be autharized to do busines� in the State of Texas ar�d
have a current A.M. B�st rating of A: VI l or equivalent measure of financial
strength and solvency.
f) Deductible limits, or self-funded retention limits, on each po�icy must not
exceed $1 D,DOO.OQ per occurrence unless otherwise appro�ed by the City.
g) Otherfhan worker's compensation insurance, in lieu of tradi#ional insurance,
City may consider alternative coverage ar risk treatment m�asures through
insurance pools or risk retention groups. TE�e City must approve in writing
a�y alfernative coverag�.
h) Work�rs' compensation insurance policy(s} covering emp[oyees shall be
endorsed wifh a wai�er of subrogation providing rights of recovery in fa�or
of th� City.
i} City shall not be responsible for the direct �ayment of insurance premium
casts.
j} Insurance palicies shall each be endorsed to provide fhat such insuranc�
is primary protection and any self-funded or comm�rcial coverage
maintained by City shall not be called upon to contribute fo loss recovery.
Till Wrecker
I�age G of l2
�
k) Company shall repork, in a timely manner, to City's officia�ly designated
contract administrator any known loss occurrence which could give rise to
a liability claim or lawsuit or wnich could result in a property loss.
I) Company's liability shall not be limited to the specified amounts of
insurance req�ired herein.
m} Upon the request of City, Company shall pro�ide complete copies of all
insurance policies required by these contract �ocuments.
5.7 ln the svenf a state or federal law, rule or regufation pertaining to wrecker
service compani�s operating within th�; S#ate of Texas exceed insurance
r�quirements spec�fied nerein, such state or federaf law, rule or regulat�on shall
prevail for the respective type of insurance coverage andlor limit thereof.
�
DIJTIES AND RESPONSIBILITIES OF COMPANY
Company, during tne term of this contract, shall perfarm the following duties
and have the following responsibi�ities:
a) Maintain as its primary business the towing ofi �ehicles or trailers by
wreckers mee�ing the requirements of paragraphs 4{a} and 4{b} abave.
"Primary business" sf�all mean that Company receives more than fifty per-
cent (50%) of it grass revenues from the towing of vehicles and trailers. All
of company's records shall be open to reasonable inspaction, both af tt�e
time of execution of this agreement and at any time during the term hereof,
to verify complianc� with this conditian.
b} Maintain a currently lic�nsed vehicle storage facility located within th�
corporat� limits of the City. "Vehicle storage facility" shall mean a facility
operat�d by a person under Articl� 6fi87-9a, Revised Statutes.
c) Maintain business operation twenty-four (24) hours a day, sev�n days per
week.
d) Respand fo all calls contemplated by this contract within thirty (30) minutes
of notif�cation, except in extraordinary situations wnere delay is caused by
ice, snow, or ather weather related canditions. In the event Gompany fails to
'['ilr wrecl<er
P:�ge 7 o f! 2
%
respond as required, City may notify another wrecker company and
Compar�y shall not be entitled to the compensation to which it would nave
been entitled had it arrived timely.
e) Maintain on file with the Ci�y the name of the owner, president or chief
executive afficer, business address and telepho�e number; further
Com�any shal� notify the Gity of any changa of awnershi�, president or
chief executive officer, nr change of address within five (5) business days of
any such change.
f) Deli�er the motor vehide being towed to the location within the corparafe
limits of Cify designated by the paEice afficer a# the scene of the �ull.
❑elivery shall be made withaut delay or detour.
g} Fully cooperate with any inv�stigation conducted by the Cify regarding
complaints against Company, whether or not such complaints arise out of
services contemplated by fhis Contract.
tt) Shall not become delinquent in the payment of any taxes due to City.
i) Shall not ga to any accident scene Unless the Company has been called to
tF�e scene by the owner or operafor of a vehicle or an authorized
represen#ative of same, or by the City.
j) Completely remove all �ebris resulting from any accident fo wi�ich the
Company is responding. Remova� of debris shall not be considered
complefe by merely sweeping it to the curbEine.
k) Shall not so[icit any wrecker business within the corporate limits of City at
the scene of a wrecked or disabled vehicle, regardless of whether the
solicitation is for fihe purpose of saliciting the business of fowing, repairing,
wrecking, storing, trading, or purchasing the �ehicle.
I} Shal[ only employ drivers af tow trucks autharized to operate same.
m)Provide the Police Pound personnel with an invoice at the time #t�e vehicle
is delivered to tF�e Auto Pound together with the signed wr�cker s�[ectior�
form to be provided.
Tilt Wrecker
Page 8 of ] 2
E.
7.
TERMINATION AND SUSPENSIDN
7.1 This contract may be terminated or suspended by the City for any of #he
following causes:
a) Violation af any term or condition specified in this contract.
�} Failure to notify the Commu�ications Division of the Police Departmer�t
within fifteen (��) minufes from the fime of notification if the Company wilf
be unable to respond within the thi�ty (30} minutes allotfed for a response ta
a wrecker call.
c) Permitting a tow truck to be operated by anyone while un�er the influence
of alcohol ar�dlar drugs.
d) Permitting a tow truck to be operated by anyone whose operator's license
is suspended.
e) Transferring or assigning any call for service to any other company
f) Any sustain�d complaint of th�ft by personnel of Company while acting in
their capacity as employees of Com�any, whether occurring during a palice
pull or otherwise.
g} Any sustained comp[aint of threats made by personnel of the Company
while acting in their capacity as emplayees of Company made agairtst t�ird
parti�s during a police pull or otherwise.
h) Failing to comply with all directions of pof�ce personnel at the scene of a
polic� pull or civilian or palice personn�l at the Po[ice Auto Pound.
Company may request a police superviso� to validate any such direction
given.
i} Failure to comply with any stafe ar federa! law or city ordinance related to
the aperation af a wrecker company.
j) Five (5) passes within a thiriy (30} day period. Pass in this 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.
Tilt Wrecker
Pu�e 9 of l2
E
0
k) Ten (10} passes within a thirty (30} day period. Pass in this paragraph
shall m�an a Company notifying t�e City of its inability to respond to a
reguest for s�rvic� as required by paragraph 2 above.
I) Violation of any rule or regulation contained in Exhibit "A" attached hereto.
7.2 City shall notify Campany in writing of its intent fo terminate or suspend for
cause twenty (20) days priar ta such suspension ar termination. Company shall
have the right to request a hearing 6efore the Chief of Police or his designee
regarding the intent to terminate or suspend far cause by requesting a hearing in
writing within five (5) business days after receipt of notice afi inter�t ta terminate or
suspend. A hearing shap be can�ucte� within fifteen (15} days of the requesf for
hearing. The City, in its so1�; discr�tion, may tempora�ily suspend this contract
durin� any appeals process.
7.3 In the evenf this contract is sUspended for cause, the suspension shall be
for a period of time of not less than six {6} months nor more than twel�e (12)
months,
7.4 In the event City suspends or terminates this contrac� for cause, and the
cause for sucY� suspension or termination is determined to be �nvalid, Campany's
sole remedy shal� be reinstatement of this contract. Company expressly waives
any and all righis to monetary damages, including but not limited to actual and
punitive damages, court costs and attorney's fees.
8.
1NDEMNIFICATION
With regard to any liability which might arise hereunder, City and Customer
agree that they shall b� solely and exclusively [iabls for the negligence of its own
agents, servants, s�bcontractors and employ��s and that neither party shall look
to the other pa�ty to save or hfl[d it harmless for the consequences of any
negligence on the part of one of its ow�n agent, servant, subcontractor or
�mployee. Nothing contain�d �erein shall be construed to be a waiver by City of
any right of protection that it enjoys under applicable State or Federal law.
Ti�t Wrecker
1'age 10 of 12
�d
�
ASSIGNMENT
Company shall not assign, transfer or sublet this Contract or any portion
�ereof to any party without the prior written consent of City that shall not be
unreasonably withheld. Any such assignment, transfier or subletting of this
Contract shall be void and shall operate as a termination hereof.
10.
ZONES AND ROTATION LIST
A. City shall divide the city into four (4) zones thaf sf�all correspon� to the #our
(4) patrol divisions. Company shall be assigned to the zone or an adjacertt zone in
which it maintains its principal place of business.
B. City shall create a rotation list within each of the fo�r (4) zones that will
dictate the order in which wrecker campanies are contacted.
C. City may request Company to conduct a police pull witE�in any zone, and
Company agrees to use its best efforts to arri�e at the scene of the poEice pull
within thirty {30) minutes.
11.
INDEPENDENT CONTRACTOR
It is und�rstaod and agreed by the pariies hereio that Company shal
perForm afl work and services hereunder as an independent contractor, and not as
an officer, agent, servant or employee of the City. Company shall have exclusive
con#rol of �n� the excl�sive right to control the details of the work or serv�ce to be
performed h�reunder, and all persons performing �ame on behalf of Company,
and shall be solely responsible for the acfs and omiss�ans of its officers, agents,
senrants, employees, cantractors, SUbCQl�tfaCtq�'s, licensees and in�itees. The
doctrine of respondeaf superior shall nat apply as between the CEty and Company,
ifs officers, agents, servants, emp[oyees, contractors and subcontractors, and
nothing herein shall be consfrued as creating a partnership or joint �enture
between the parties herefa�
In witness whereof, the parties hereto have executed this Contract or� the
day of , 20
Tilt wrec€cer
Page ] l ol' 12
11
�
ATTE ST:
,
. . �_
- � �� -. ,
Gloria Pearson . �
City Secretary
APPROVED AS TO FORM
AND LEGALITY
�
Assistan ity Attorney
ATTEST:
Corporate Secre#ary
Ti�c wreckar
Page 1Z of 12
12
CITY QR�FORT W�TH
By� � J Y '
I�by VI�'on
Assisfant City Manager
y� ��~I
���tr�ct �ut�ori���ivn
�..�,� �`�- .. _- — d--,------
����
TP Motor Ltd., dba
Alliance Towing &
Recovery bv Mav's Rose
Corp. it's General Partner
{Company Name)
By: -� �
Tuyen C N uyen,
Presid�nt
EX�-IISI'I' A
.�.�T7C� POVI�I)
Tl�e faIlnwing i•ules �nd regulatiions will be fo[lowed by ALL Wrecker Companies
upon �rriv�I at tlie Auto Pound.
1. The entry gate will not be blocl�ed by wreckers waiti�lg to eilter or exii the Auto
Pound.
2. No wrecicer sllall ei�ter the Auto Parind wit1� more than one (1) personloperator,
unless autlzorized by the on duty s�iift supervisor. This will be doi�e oi� a case �y
case basis.
3. Far safety reasons, a Car Cai7ier will t�e requited to off Ioad their cargo vvl�en
possible. Tlus shall be detenni��ed by the on duiy supervisor.
4. Inventories should %e ha�ldled in an expeditious ina.i�ner when possible. However,
Auto Po�u1d perso��n�l are r�quired to do a conlplete and precise in�entory of a11
propez�ty and vel�icles. A specific tiine frame would be impossible to institute.
5. No wrecicer driverloperator will �5�15� W1�I1 any in�entory beiiig conducted i�y
Auto Po�ind personnel.
6. Tl�e use of Car Ca�1-iers, extra tiine, extra equipiuent, etc., shall be subject to
ap�roval by the Wrecker Adininistraior or Atilto Pound Supervisar.
7. Wrecl{er drivers/operatars/owners sball be required to fallaw any directioz�s or
ii�str�ictio�is givezi Uy Aiito Pollnd personnel.
8. Wrecicer Co�npai�y Owners s1�all assist and camply witl� any investigation
perfai7ned by Auto Pound personnel or the Fort Worth Police Department in
regards to tlieir cai�npany, driver, operator and or business withouf hesitation.
9. �iolations of any of tl�e abnve rules shall be subject to review by tlie Wrecker
Administrator or Auto Pound �upei'visor.
The Auto Potuid Supe�visor or a higller level of coi�-ulland may determine
disciplina.��y action up to aa�d including tenr�i��atian oi contract.
�`iiy of �'o�� Worth9 fiexas
���� c�nd �c���c�� �,�r�r���tic���a�
DATE REF�RENC� NUMBER LOG NAME PAGE
4/8iO3 �o� ���4 35TOW5 1 of 2
SUBJEC'f SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS FOR NON-
C4NSENT TOWING OF WRECKED OR ABANDONE� VEHfCLES FROM MULTiPLE I
VENDORS REQ�IRED BY CITY ORDINANGE FOR THE POLlCE DEPARTMENT
RECOMMENDATION:
It is recommen�ed that the City Council:
1. Aufhorize contract� for Palice Depar#ment requested non-oonsent towing af wrecked or abandoned vehicles
from multiple vendors as required by 5�tion 34�-181 af the Code of the Ci�y af Fart Worth (198�), as
amended; and
2. Authorize the confiracts io begin April 8, 2003, and expire Sep#ember 3D, 2003, with optians to renew for faur
a�ditional one-year periods; and
3. Ado�t the attad�ecl supplemental appropriation ordinance increasing estimated reoeipts and appropriations by
$446,944 in the Genera! Fund from available funds.
DfSCUSSION:
Section 34-181 0# the Code of the City af Fort Worth (1986), as amended, required that all police department,
non-oonsent fows, shall 6e undertaken pursuant to contrac�, specifically executed f�eetween the City and a �vrecker
oompany. The Pu�lie Safety Committee e�ctensively reviewed the new rates and unanimausly approved this
recommendataon on March 25, 2003.
There are three types of canfiraci� and rates as fol lows:
• Standard tow trucks $�00
• Ti[t bedlrollback tow trucks $125
� Tandem tow truc�Cs $180
Cantracts wiil be executed wit� any vendor desiring to pertorm non-oonsent tows for the Palioe Deparkment, if
they meet the oontract r�quirements such as tawing operations being the v�dors primary business, equipment
specifcations, insuranoe, and a focally lioensed storagefacility.
The fee.s for servioes to be provided and assignment to one of four zones are #he same as con�ain�c! by City Cade.
The estimated ex�nditure for th� servioes is $1.8 million per year including the anticipated increase (of
$44G,944) for the remainder of the fiscal year based on the revised raties. This inc�e will be affset by revenue
col lected as fees.
RENEWAL OPTIONS - Th� aontrac�s may be renevved for up to four suooessive one-year terms at the City's
option. This action does not require specific City Council approval provided the City Council has appropriafied
C'ity of �o�i T�o�th, Texas
ay�r� ��t� �,���r�c�[ ��r�rr���;��t��r�
DATE REFERENCE Nl1MBER LOG NAM� PAGE
418/03 ��19a4�. 35TOWS 2 of 2
SUB.IECT SUPPLEMENTAL APPROPRIATI�N ORDINANCE AND C�NTRACTS FOR NON-
CONSENT T4WING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VEND�RS REQUlRED BY CITY ORDINANCE F�R THE POLICE DEPARTMENT
sufficient funds to satisfy the C9ty's abf igation during fhe renewal term.
FISCAL INFORMATIONICERTIFICATI4N:
The Finance Direc�or certifies ihat upon approvaf and completion af the above recommendations and theadoption
of the aitached supplemental appropriation ordinanoe, funds will be available in the current operating budgef, as
appropriated, of the General Fund.
LW:r
Submitted fnr City Manager's
office by:
I FUND I ACCOUNT � CENTER
� (ta}
� GG41 539124 0353403
G183 I GG01 �62624 0353403
AMOUNT
CITY SECRETARY
Libby Watson
Originating Department Aead:
$44G,944.Op
$446,944.0�
� �
Ralph Mendoza 48386 �(from) �
APPROVED 04/08/03
�ity o��'or� Worth9 T'exas
�r���c c�rtd ��u����l �c��r�c�n�c�t���
DATE REFERENC� NLJMBEF2 LOG NAM� PAGE
4I8103 �.� g��� 35TOWS I 3 of 2
su��ECT SUPPLEMENTAL APPROPRIATION �RDINANCE AND CONTRACTS FOR NON-
CONSENT TOWING �F WRECKED OR ABANDONED VEHfCLES FROM MULTIPLE
VENDQRS REQUIRED BY CITY ORDINANCE F�R THE POLICE �EPARTMENT
GG01 53912p �353403 $446,94-4.00 � ORD.# 15517
Additional Infarmaiian Gontact: �
I �
Susan Alanis 7$262 I I