HomeMy WebLinkAboutContract 28671�.
� � _(� :; ni,n . � ; �('�r�
CITY S�CF��i'�►�1l
CONTRACT FOR TOW TRUCK SERVIO�ON7RRC� �. �
{STANDARD SERVICE}
VIIHEREAS, the City of For� Worth occasionally requires the serv[ces of
taw trucks; and
WHEREAS, such tow truck se�-vices are necessary to protect the safety of
the citizens of the City af Fort Worth,
N�W, THEREF�RE, KNOW ALL BY THESE PRESENTS:
The City of Fort Wo�th, hereinafter referred to as "City", acting herein by
and through L.ibby Wafson, its ciuly authorized Assistant City Manager, and TP
Mator Ltd., dba Alliance Towinq & Recovery bv Mav's Rose Corq. it's Generaf
Partner, hereinafter referre� �o as "Company", acting herein by and through
Tuven C Nquyen, its duly authorized President, agree as follows:
1.
SERVICES
City hereby contracts with Company to �rovide police �ulf towing service.
As used herein, "police pull" shalf inean that tl�� Fort Wort}� Police Depar�ment
has called Company from the rotation list to either remove a wrecked or disabled
vehicle or to remove a�ehicle in a safe driving condition, but the owner is not
present, able or �ermitted to drive or to make at�thorizations.
2.
TERM
The initial term af this contract shall ex�ir� on September 30, 2Q03. ln
additian to the initial t�rm of this contract, there shall be four options to renew for
ferms of one year each, Unless earlier ferminated as hereinafter provided.
Renewal shall occur upon City including in its budget for the options years
sufficient funds to pay for its obligations hereunder and Compar�y providing praof
of insurance to City.
3.
COMPENSAT�ON
3.1 Compensation. As compensation for providing the
contempla#ed by this Contract, City agrees to pay Campany as fallows
��t���� '����
� �oo� ����1����
; ��� �'����, ���.
� �
a) Towaqe. A charge flf One hundred Dollars ($�00.00) for towing such vehicle
from one point on a street to another location within fihe corporate limits of tf�e
city as directed by the polic� deparkment at the plaee where the tow
originated; such charge includes one-half hour of extra work.
b) Second tow truck. In the event fhe police officer at the scene determines
that a second tow truck is required, a charge of One hundred dollars
($100.00) per hour, with a minimum charge of one hour, billed in increments
of fi�teen (15) minutes while at the scene of the police pull. A police
sup�rvisor shall approve the use of a second tow truck. Travel time is
excluded.
c) Extra work. An additional charge of one hundred dollars ($100.00} per
hour, with a minimum charge of one haur, charged in increments of fifteen
(15) minutes, for removing vehicles that are aff the street right-of-way, such
charge to be made from the time the operator begins to remove the v�hicle
until it is on the t�a�ele� porkion of the street. Even though the vehicle is
within the street rigi�f-of-way, an additional charge may be made if the vehicfe
is located in some unusual condition within the right-of-way, sucF� as, but not
limited to, a river or a creek bed or a ditch af greater depth than th� ordinary
bar ditch, Extra work shall only be allawed when authorized by a police offjcer
at the scene of the pull. The charges for such extra work shall be re�iewed
and approved by the Auto Pound Vllrec�Cer Administrator. Extra wark
exc�udes trave! time, waiting time and clean-up time.
d) Use of a dollv. Na additional fiee shall be charged for the use of a dolly.
e) Handling hazardous ma�erials. When the cargo of any motor vehicle or
trailer includes explasive, nuclear, rad�oactive, hazardous or corrosi�e
materials, as d�fined �y the Environmental Protection Agency, Texas
Department of Transporkatian, or the Texas Commission on Environmer�tal
Quality, a fee equal to one hundred-fifty (150} percent of tF�e charges wh�ch
may be assessed pursuant to subparagraph "a" above. In addition, a criarge
may be made for expenses incurred related to pratective clothing and any
Standard Wrccker 2
Page 2 of 12
other supplies or equipment used in handling such materials, such charge
being equal to the actual amounts incurred plus fifteen (15) percent.
f} Nothing contained 1�erein shall be construed so as to obligate City to expend
any sums of money. Further, nothing contained herein shall be construed sa
as to guarantee to Company that City will contacf Company for any towing
services cantemplated by this Contract.
3.2 Invoicina and Pavment. Company shall Invoice City once per month.
Company shall include with the invoice such documents as may �e reasonably
requested to provide evidence of the services provided to tt�e City, which at a
minimum shall include copies of the wrecker sel�ction form signed by the officer
at the scene of the palice pull andlor personnel at the Fort Worth Auto Pound.
Such invoice shall be subject to the re�iew and approval of appropriate City
p�rsonne[. Cify shall remit payment to Company nof more than thirty (30) days
following appro�al of invaice.
3.3 Campensation Review. City shal[ review on an annual basis the
campensation provided for hereunder, with the first such review to be conducted
during t1�e month of August 2003. Similar reviews sha[I occur in August of each
succeeding year that this contract �s in effect. City shall make adjustmants in the
campensation based upan increasc;s or decreases in the cosf of doing business,
taking into consideration #uel, insurance, labor, and such other costs as may }�e
relevant to the operation of a towir�g business.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shafl maintain at all times the folfowing vehicles and �quipment
in working condition:
a) A minimum ofi two (2) wreckers, one of which shall be not less than �4,OOD
pounds gross vehicle weight and one of which shall be not less than 10,ODQ
pounds grpss vehicle weight, dual rear wheels, equipped with a hydraulic
operated winch, winch lines, and a boom rated a# not fess than 8,000 pound
lift capacity and a wheel lift devic� rated at not less than 2,500 pounds.
5tandurd Wrecker 3
Page 3 of 12
b) At a minimum, all wreckers sha11 be equipped with the following equipment,
which at afl times shall be maintained in working order:
1)
z�
3)
4}
5)
6}
7)
8)
9)
10}
11)
�2)
13}
14)
Tow bar
Towing lights
Emergency overhead warning lights (red or amber color oniy}
5afiety chain
Fire extinguisher, A.B.C. Type
Wrecking bar
Broom
Ax
Shovel
Reflectors or traffic cones
Tras� container
Two way �oice or computer communication be#ween tow truck
and Company dis�atcher
Backing warning signa!
Wheel chocks
c) Each wrecker shall ha�e the id�ntifying markings required by the Texas
Transportation Code, section 642.002. In addition, each wrecker shall pravi�e
Natice of Complaint Procedures ta the owner of a towed vehicle as outlined by
the Texas Department af Transportation Rules and Regulations as contained in
43 Texas Administrative Code, Chapter 18, subchapter � 8.89, as same may be
amanded from time #o time.
d) Each tow trucK and the required e�uipmenf sha[1 be inspected by the
Chief of Police or his au#horized designee prior to being used for services
contemplated by this contract. In addition, each tow truck and the required
equipment shail be subject to intermittenf inspection fo assure compliance with
this cantract.
Slandard Wrcciccr �
Page A af 12
b.
INSURANCE REQUIREMENTS
Company shall maintain ins�ranc� fram insurers acceptable to City of the
following types and amounts:
5.1 Cvmmercial General �iability
$500,000 each occurrence
$5(}0,000 aggregate
or
�arage Liability
$500,000 each accident, other than auto
$500,000 aggregate
5.2 Automobile L"rability
$500,Q00 each accident, combined single limit
This coverage shalf include all vehicles owned or non-owr�ed that are
operating under Company's operating authority.
5.3 CargolOn�Hoo�
$30,000 per unit
Coverage shall include both the unif being towed and its contents.
Units covered shall include bt�# na# be limified to mo#or �ehicles,
trailers and boats. Caverag� shall be v�ritten on a direct primary
basis.
5.4 GARAG�K��PER'S L[A�IL[TY
$3Q,Q00 per unit
5.a Worker's CompensationlAccid�nt Insurance
Coverage shall meet tne minimum requirements of state law as cor�-
tained in the Motor Carrier Rules and Regulations.
5.6 Current insurance cer�ificates shall remain on file with the City during tY�e
term ofi this Contraet. insurance coverage may, at the sofe discretion of the City,
be ravised upward upon thirty (30) days prior written notice to Company. Policies
shall be endorsed as fiollows:
5tand�rd Wrecker 5
Page 5 of 12
a) The City, its officers, employees and servants shall be endarsed as an
additional insured on all policies except em�loyer`s Iiability insurance
co�erage un�er the workers' compensation insurance �olicy.
b} Certificates of insurance shall be deli�ered to the supervisar of the City of
Fort Warth Auto Pound, 13�1 E. Northside Drive, Fort Worth, TX 76102, prior
to any work being performed under this contract.
c} Any failure on part of the City �o request required insurance
documerttatian shalf not constitute a wai�er of the insurance requirements
specEfied herein.
d} Each insurance policy shall bc� �ndorsed to provide the City a minimum
thirty days notice ofi cancellation, non-renewal, andlor material change in
policy terms or coverage. A ten days notice shall be acceptable in the event
of non-payment of premium.
e) Insurers must be authorized to do business in the State of T�xas and
have a currenf A.M. Best rating of A: VII or equi�alent measure of financial
strength and solvency.
f) Deductible limits, or self-funded retention limits, on each policy must not
excee� $10,000.00 per occurrence unless otherwise approved by the City.
g) Other than �nrorker's compensation insurance, in lieu of traditional insurance,
City may consider alternative caverage or risk treatment measures thraUgh
insurance pools or risk retention groups. The City mus# appro�a in writing any
alternative coverage.
h} Workers' comp�nsation insurance policy{s) co�ering em�loyees shall be
endorsed with a waiver of subrogation providing rights of reco�ery in favor af
the City.
i) City shall not be responsib[e for tf�e direct payment of insurance premium
costs.
j) Insurance policies shafl each be endorsed to provide that such insurance
is primary protection and any self-funded or commercial caverage maintained
by Cify shall not �e cal[ed upon ta contribufe to loss recovery.
5tandard Wrecker
Page G of l2
6
k) Campany shall repart, in a timefy manner, to City's officially designated
contract administrator any known foss accurrence which coul� gi�e rise to a
liability claim or lawsuit or which could result in a pro�erty loss.
I} Company's liability shali not be limifed to tF�� sp�cifi�d amounts of
insUrance req�ired herein.
m) Upon the request of City, Company shall provide compl�te copies of all
insurance �olicies required by these contraet documents.
5.7 ln the event a state or federal law, rule or regulafiion pertaining to wrecker
service companies operating within the State af Texas exceed insurance
requirements specified herein, such state or federal law, rule or regulation shall
prevail for the respecti�e type of insurance coverage an�lar limit thereof.
6.
DUTlES AND RESPONSIBILITIES OF COMPANY
Company, during the term of this contract, s�all perfa�'m the following dufies
and have the fallawing responsibilities:
a) Maintain as ifs p�imary business the towing of vehicles or trailers by
wreckers me�ting the requirements of paragraphs 4(a) and 4�b) above.
"Primary business" shall mean that Company receives more than fifty per-cent
(50%) of it gross revenu�s from tha towing of vehicles and trai�ers. All of
company's records shall �e op�n to reasanable ir�speciion, both at the time of
execution of this agreement and at any time durin� the term hereof, to verify
compliance with fhis condition.
�) Maintain a curr�ntiy licensed vehicle storage facility located wifhin the
corporate limits of the City. "Vehicle storage facility° shall mean a facility
operated by a person licensed under Article 6fi87-9a, R��is�d Statutes.
c) Mainfain business operaiion tweniy-four (24} hours a day, seven days per
week.
d) Respond to all calls cantemplated by this contract within t�irty (3Q) minutes
of notification, except in �xtraordinary situatians wY�ere delay is caus�d by ice,
snow or other w�ather related conditions. In fhe event Company fails to
res�ond as required, City may notify another wrecker company and Campany
Standard Wrceker 7
Page 7 of 12
sha11 not be entit[ed fo the compensation to which it would have been entifled
had it arrived timely.
e) Maintain on file with tne City the name of the awner, president or chief
executive officer, business address, and telephone number; further, Company
shall notify fhe City of any change of ownership, presideni or chief executive
officer, or change af address within five (5) business da�s of any st�ch change.
f) Deliver the motor vehicle being towed to the location within the corporate
limits of City designated by the police officer at fhe scene of the pull. Deli�ery
shall be made without delay or detour.
g} Fully cooperate with any in�estigation conducted Eay the City regarding
complaints against Company, wh�ther or not such com�laints arise out of
senrices contemplated by fhis Contracf.
h} Shall not become delinquent in the paym�nt of any taxes due to City.
i) Shall not go to any accident scene unless the Company has been called to
the scene by the awner or operator of a vehicle or an autharized representative
of same, or by the City.
j) Complefely remove all debris resufting from any accident to which the
Campany is responding. Removal of debris shall not be considered complete
by merely sweeping it ta the curbline.
k) Shall not solicit any wrecker business within the corporate limits of City at
tf�e scene of a wrecked or disabled vehicle, regardless of whether t1�e
solicitatian is for the pur�ose of soliciting the business of towir�g, repairing,
wrecking, storing, trading, or purchasing the ve�icle,
l) Shall only employ drivers of tow trucks authorized fo operate same.
m) Provide the Police Pound �ersonnef with an invoice at #he time the �eh�cle
is delive�-ed to the A�fo Pound together with the signed wrecker selection fiorm
ta be provided.
��
TERM[NATION AND SIJSPENSION
7.1 This contract may be terminated or suspended by Cify for �ny of the
following causes:
Standard Wreoker
Page S of l2
�'7
a) Vialation of any term andlor condi�ion specified in this con�ract.
b) Failure to notify the Cammunications Div�sion of the Police Depar.tment
wifhin fifteen {15} minutes from the time of notification if fhe Cam�any will
be unable to r�spond within th� th[rEy (30) mir�utes 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 alcohol andlor 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 ta any other campany
f) Any sustained complaint of theft by personn�l of Company while acting in
their capacity as employees of Company, whether accurring during a palice
pull or otherwise.
g) Any sustained complaint ofi threats made by personnel of the Company
while acting in their capacity as employees of Company made against tF�ird
parties during a police �ull or otherwise.
h) Failing ta comply with all directions of police personnel at tne scene of a
polic� puq or civilian �mployee at t�te Police Pour�d. Campany may request
a police supervisor to validate any such direction given.
i} Five (5) passes within a thirty (30) day p�riod. Pass in this paragraph shal!
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 (9 Q) passes within a th�rty (30) �ay period. Pass in this paragraph shall
mean a Company notifying the City of its inability to respand to a request for
service as required by paragraph 2 abov�.
k) Violation ofi any rule or regulation contained in Exhi�it "A" atfach�;d h�reto.
I} Failure to comply with any state or federai law or city ordinance reEated fo
the op�ration of a wrecker campany.
7.2 City shall notify Company in wri�ing of its intent to terminate ar suspen� for
cause twenty (20) days prior to such suspension ar termination. Company shall
have t�e right to requesf a hearing befor� the Chief of Police ar his des�gnee
5tandard Wrecicar 9
Pagc 9 of 12
�
regarding the intent to terminate or suspend for cause by requesting a nearing in
writing within five (5) business days after receipt of notice of intent to ierminate or
suspend. A hearing sF�alf be conducted within fifteen (15) days of �he request for
hearing. The City, in its sole discretion, may iem�orarify suspend this contract
during any appeals process.
7.3 In the event this contract is sus�ended for cause, the suspension shall be
for a period of time of not less than six (6) months nor more than twelve 412)
months.
7.4 In the eWent City susper�ds o�- terminates this contract for cause, and the
cause for such suspension ar termination is de�ermined to be in�alid, Com�any's
sole rem�dy shall be reinstatement of this contract. Company expressly waives
any and all righ#s �o monetary damages, including but not limifed to actual and
punitive damages, caurt costs and attorney's fees.
8.
INDEMNIFICATIDN
With regard to any liability whicn might arise hereunder, City and Company
agr�� that th�y shall be solely and excfUsively liable f�r the negligence of its own
agents, servants, subcon#ractors and emplayees and that neifher party shall [ook
fo the other party to save or hold i# harmless far the cansequences of any
negligence on the part of one af its owr� agent, servant, subcontractor or
employee. Nothing contained her�in shalf be cons#rt�ed ta be a waiver by City of
any right of protection that it enjoys under applicable Sfate or Federal lar�.
9.
ASSIGNMENT
Cornpany shafl not assign, transfer or sublet this Cantract or any portion
Y�ereof to any party without the prior written consent of City that shalf nat be
unreasonably withheld. Any such assignment, transfer or subletting of thjs
Contract without the cansent af the Cify shall be void and sha[I operate as a
fermir�ation hereof.
5tandarcl Wrecker i �
Page 1 D of l2
10.
ZONES AND ROTATION LIST
�0.1 City shall divide the city into four (4) zones that shall correspond to the four
(4} patroi divisions. Company shall be assigned to the zone or an adjacent zone in
which it maintains its prir�cipal p[ace of business.
10.2 City shall create a rotafion list within each of th� four (4) zones that will
dictate the order in which wrec�cer companies are contacted.
10.3 City may r�quest Company ta conduct a police pull within any zone, and
Company agrees to use its best efforts to arrive at the scene of the police tow
within th�rty {30} minutes.
11.
INDEPENDENT CONTRACTOR
It is undersfoo� and agreed by the pa�ties hereto ti�at Company shall
perform all work and services hereun�er as an independent contractor, and nat as
an officer, agent, servant or employee of the City. Company shall have exclus�ve
control of and the exclusive rignt to confrol the details of the work or servic� to be
performed hereunder, and all pers�ns perForming same o� benalf of Company,
and shall be solely responsible for the acts and omissions of its officers, agents,
servants, em�loyees, contractors, subcantractors, licensees and invif�es. The
docfrine af respondeat superior shall not apply as between the City and Company,
its officers, agert#s, setvants, employees, contractors ar�d subcontractors, and
nothing herein shall b� construed as creating a partnership or joirtt venture
between the parties hereto.
Standard Wrecker 1 1
Page 1 V oF 12
t �
In witness whereof, the parties hereto have executed this Confract on the 1���
� d ay of �� , 20 �
ATT�ST: � CITY O� FORT WO H
. . , � �
� �
G'loria Pear�on �
City Secretary
, _ By;
�ibby Vl�on
Assistanf City Manager
APPROVED AS TO FORM
AND LEGALITY
Assistant ity Attorney
ATTEST:
Gorporafe Secretary
_�_.. �����
�`ar�xact ,�uthorix���g:� ..._.
� --- ����� . -. _ --.
llc���
TP Mator Ltd., dba
Alliance Towing &
Recovery bv Mav's Rose
Carp. it's General Partner
(Cornpany Name)
By�� .�c��-�-,�,�-Z�
Tuyen C Nguyen,
President
Slandard Wrecker 1 2
Pagc 12 af l2
��I�I�I'I` �
AtJ�'� P�LTl�I)
The followiug r�u[es and regulations will be fiollowed by ALL Wrecicer Comp�ni�s
upoza arrival at tlie Au�o Pou��d.
1. The �ntry gate will not be blocked by �recicers waiiing to enter or exit the Auto
Pout�d.
2. No wrecicer shall enter tl�e Auto Pound witli inore tlia�l ane (1) person/operator,
uiiless autl�orized vy the on duty shift supeivisor. This will be done on a case Uy
case basis.
3. For safety reasons, a Car Carrier will be required to off load their carga when
possible. Tlus shall be determined by tl-�e oza duty supezvisox.
4. Inventories should be handled iu a� expeditious mann�r wl�ei� possible. However,
Auto Pound persoiulel are required to do a corr�plete and precise inventory of alI
property and vellicles. A speci�ic ti��e frame would be unpossible ia insfitute.
5. No wrecicer driver/operator will assist with any i��ventory being conducted by
Auto Found personnel.
�. Tl�e use of Car Carriers, extra time, extra enuipinent, efic., shall be suUject to
a�proval by tl�e Wrecker Adi�inisnator or Auto Pound Supervisor.
7. Wrecker d��iver�/operators/owi�ars shall be required to follow any directions oz'
instriictians given by Auto Pound persni�nel.
S. Wrecicer Company Owners shall assist and comply with any investigation
perfon��ed by Auto Paund personnel or the Fort Warth Police Deparhnent in
regards to their compai�y, driver, o�eratoz' and or business without hesitation.
9. Violations of any of the above rules s11a11 be subjeci io review by the Wrecker
Ad�linistrator or Auto Po�.ind Sti�peivisor.
The Auto Pound Supervisor or a higher level of conmiaiid may determine
disciptivary action up to and ii�cludizlg ter�nizlatioi� of contract.
C`ity o, f 1�'o�t �or�h9 T'exas
c�y�� c��►� ��c�r�c�l ������;�a���n
DATE REF�R�i�[CE NUMBER LOG NAME PAG�
41$103 �e1 ���, 35TOWS 1 of 2
suB�ECT SUPPLEMENTAL APPROPRIATION �RDINANCE AND CONTRACTS F4R N4N-
CONSENT T�WING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VENDORS REQUIRED BY C{TY ORDINANCE F'4RTHE POLICE DEPARTMENT
RECOMMENDATION:
It is reoommended that the City Council:
1. Authorize contracf� far Polic� Department requested non-consent towing af wreck�d or abandoned vehicles
from multipfe �endors as required by Section 34-181 of the Code of the City of Fort Worth (1986}, as
amended; and
2. Authorize the contracts fio begin Apri[ 8, 2003, and e�cpire Sept�rnber 3a, 2003, with aptions to renew for fiour
additional one-year periods; and
3. Adopfi the attad-�ed supplemental appropriation ordinanoe increasing estimated reoeipts and appropriations by
$446,944 in the General Fund fram a�ailable funds.
Dl5CU5SION:
Section 34-181 of the Code of the City of Fort Worth (1986), as amended, req�ired that all poliae department,
non-consent iows, shall be underkaken pursuant to contract, specifically executed be�n the City ar�d a wrecker
oompany. The Public Safety Committee e�cter�sively reviewed the new rates and unanEmously approved this
recomr�endation on Marcl� 25, 20a3.
There are three types of contracts and rates as foi[ows:
� Standard tow trucks $100
� Ti It I�dlrol lbaek tow trudcs $�25
� Tandem tow trucks $180
Cantrac�s wil� b� ex�ted with any ��ndar desiring to pe�orm non-consent fiows for the Police D�partment, if
ihey meet the contrac# requirements such as towing operations being the vendors primary business, equipment
specifications, i�suranoe, and a[ocally licensed s#oragefacility.
The fees for servioes io be provi�ed and assi�nment ta one of four zones are #he same as contained by City Code.
The estimafed expenditure for these services is $1.8 million per y�r including the anticipated increa�e (of
$44fi,944} for the remainder of the fiscal year based on the revised rates. This incr�se wi[I be offs�t by reven�
ool lected as fee.s.
RENEWAL OPTIONS - These oontracts may be reneuved for �p #o four suooessi�e one-ye�ar terms at fh� City's
option. This action does nof require s�cific Gity Council appro�al provided the Cfty Council has apprapriated
C'ity o��o�t �orth, Texas
�y�� �r�c� ��u����( ���r�u��;��t���
DATE R�F'ERENC� NUMBER L.OG NAME F'AG�
418103 �_1 g���, 35TOVIIS 2 of 2
sue�ECT SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS FOR NON-
CONSENT TOWING 4F WREGKED OR ABANDONED VEHICLES FR�M MULTfPLE
VEND�RS REQUIRED BY CITY �RD[NANCE FOR THE P�LICE DEPARTMENT
sufficient funds to satisfy the City's obligat�on during the renewal term.
FISCAL INFORMATION/CERTIFICATION:
The Finanoe Direetor c:ertifies that upon approval and completian af the above recommenda#ions and the adoption
of fhe attac!-ted supplemental appropriation ordinance, funds will be a�ailable in the aarrent operating budget, as
appropriated, of tF�e General Fund.
LW:r
Sabmitted for City Manager's
Office by:
I,ibby Watson
Originating Department Head:
6183
Ralp� Mendoza 4838G
TUND � ACCOUNT I CENT�R I AMDUNT CITY SECRETARY
(�Q)
GG01 539120 0353403 $446,944.00 I
GG01 462624 D353403 $446,944.00 �
�
�
(from) I APPRaVED 04/p$Id3
�'ity a, f �'o�t Worih9 �exas
��c�r ��r� ��u�r��;l �����n����°i�r�
DAT� REFERENCE NUMBER LOG NAME PAGE
4/8/03 C�19�44 35TOWS 3 of 2
suB��cT SUPPLEMENTAL APPROPRIATI�N ORDINANCE AND CONTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VENDORS REQl1lRED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT
GG01 539124 0353403 $446,944.00 I ORD.# 15517
Additional Infarmation Contact: I
Susan Alanis 78262