HomeMy WebLinkAboutContract 28591���'� �������i��
.;'��������� �, ����u
CONTRACI' FOR TOW TRUCK SERVICE
(STANDARD SERVICE)
WHEREAS, the City of Fort Worth occasionally requires the services of
tow trUcks; and
WHEREAS, such tow truck services are necessary to protect the safety af
the citizens of the City of Fort Worth,
NOW, THEREFORE, KN�W ALI. BY THESE PRESENTS:
The City of Fort Worth, hereinafter referr�d to as "City", acting herein �y
and through Libby Watson, Et5 duly authorized Assis#ant Cify Manager, and
Bivins Wrecker Service Inc., hereinafter referred io as "Campany", acting herein
by and through Bilfv Heiser, its duly authorized President , agree as follows:
�.
SERVICES
City f�er�by contracts with Company to provide �ol�ce pu[I towing service,
As used herein, "police pull" shall mean that the Fo�t Worth Police Department
has called Company from the ratation list to either remove a wrecked or disabled
vehicle or to remave a vehicle in a safe driving condition, but the owner is not
present, able ar pErmitted to drive or to make a�athorizations.
2.
�x:771
The initial term of this contract shalf exPire on September 30, 2003. ln
addition to the initial term of this contracf, tYtere shall be four opfions to renew for
terms of on� year each, unless earlier terminated as hereinafter provided.
Renewal shall occur upon C[ty incl�ding in its budget far the options years
sufficien� funds to pay for its obligations hereunder and Company providing proof
of insurance to City.
3.
COMPENSATION
3.1 Compensation. As compensation for providing the services
cantem�lated by this Conf�act, City agrees to �ay Company as follows:
�
. �
� ���y ��
�
a) Towaae. A charge of 4ne �undred Dollars �$100.00) fior towing s�ch vehicle
from one point on a street fo another location within the corporate fimi�s of the
ci�y as directed by tf�� police department at the place where tY�e tow
originated; such charge includes one-ha[f hour of extra work.
b} Second tow truck. In the event the police officer at the scene det�rmines
that a second tow fruck is required, a charge of One hundred dollars
($100.00) per haur, with a minimum charge of one hour, billed in increments
of fifteen (15) minutes while at the scene of the pQlice pull, A police
super�isor shall approve the use of a second tow fruck. Travel time is
�xcluded.
c} Extra work. An additional charge of one hundred dolfars ($1DO.Ofl) per
hour, with a minimum charge of one hour, charged in incremer�ts of fifteen
(� 5) minutes, fior removing vehicles that are off the streef right-of-way, such
charge fo be made from the time t}�e operator begins to remo�e the �ehicle
until it is on the traveled �ortion of the street. Ever� tnough the ��Y�icle is
within the stre�t righi-of-way, an additianal charge may be made if the vehicle
is located in some unusual condition within the right-af-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 work shall only be allow�d wh�n authorized by a�alice officer
at the scene of the pull. The charges for such exfra work shafl be, reviewed
and a�proved by the Auto Pound Wreck�r Administrator. Extra work
excludes travel time, waEting time and clean-up time.
d) lJse of a dollv. No additional fee shall be cnarged for the use of a dolly.
e) Handlin� hazardous materials. When the cargo of any motor vehicle or
trailer includes explasive, nUclear, radioactive, hazardous or corrosive
materials, as defined by the Environmental Prot�ction Agency, Texas
Department of Trar�sportation, or the Texas Commiss�on on Environmental
Qualify, a fee equal to one hundred-fifty (15D) percent of the charges w�ich
may be assessed pursuant to subparagraph "a" above. In addition, a charge
may be made for expenses incurred related to pratective clothing and any
Standard Wrecker 2
Page 2 of 12
_
other supplies or equipment us�;d in handling such materials, such charge
b�ing equal to the actual amounts incurred plus fifteen (15) percent.
f} Nothing can#ained herein shall be construed so as to obfigate City �v expend
any sums of maney. Further, nothing contained herein shall be consirued so
as to guarante� to Company that Cify wil� contact Company for any towing
services contemplated by this Contract.
3.2 [nvoicinq and Pavment. Company shall Ir�voice City once per month.
Company shall incfude with the invoice such documents as may be reasona�ly
requested to provide evidence of the services provid�d to the City, which at a
minim�m shall include copies of fhe wrecker selecfion form signed by the officer
at fhe scene of the police pull an�lor personnel at the Fort Worth Auto Pound.
Such i�VOiC� Shall be subject to the review and approval of appropriate City
personnel. City s�all �emif payment to Company not more than thirty (30) days
following appro�al of in�oic�.
3.3 Compensation Review. Cify shall revisw on an ar�nual basis fine
compensation provided far hereunder, with the first s�ch review fo be conducted
during the mon�h of August 2fl03. Simifar reviews shall occur in August ofi each
succeeding year that this cantract is in �ffect. City shall make adjustments in the
compensafian based upon increases or decreases in fne cost of doing business,
taking inta consideration fuel, insurance, labor, and such other costs as may be
relevant to the operation af a towing business.
4.
VEHICLE AND EQLJIPMENT REQUIREMENTS
Company shall maintain at all times the fallowing vehicles and equipment
in working condition:
a) A minimum of two (2) wr�ckers, one of which shall be not less than 14,OOQ
pounds gross vehicfe weight and ane of which shall �e not less fhan � a,aOD
pounds gross vehicle weight, dual rear wheels, equipPed with a hydraulic
ape�ated winch, winch lines, and a boom rated at not less than 8,000 pound
lift capacity and a wheel lift device rated at not less than 2,5Q0 pounds.
Standard Wrecker
Page 3 af 12
3
b) At a minimum, a�l wreckers shall be equipped with the follawing equipment,
which at ail times shall be maintained in working order:
1)
2)
3)
4)
5)
6)
7}
8)
9)
10)
11}
12)
13)
94)
Tow �ar
Towing IigY�ts
Emergency overF�ead warning lights (red or amber color only}
Safety chain
Fire extinguisher, A.B.C. Type
Wrecking bar
Broam
Ax
Shovel
Reflectars or traffiic cones
Trash container
Two way voice or computer communication between tow truck
and Company dispatcher
Backing warning signal
Wheel cf�ocks
c) Each wrecker shal{ hav� the identifying markir�gs required by the Texas
Transportation Code, section 642.�02. In addition, each wrecker shall pro�ide
Notice of Complaint Procedures to the aw�er of a towed vehicle as outlined by
the Texas Department of Transportation Rules and Regulations as contained in
43 Texas Administrative Code, Chaptcr 18, subchapter 18.89, as sam� may be
amended firom time fo time.
d} Each tow truck and ti�e required equipment shall be ir�spected by the
Chief of Palice or his a�thorized designee prior #o being used for services
cantemplated by fhis contract. In addition, each tow truck and the req�aired
equipment shall be subject to intermittent inspection to assure compliance with
this cantract.
Standard Wreckcr 4
Page 4 of 12
5.
INSURANCE REQU[REMENTS
Company shall maintain insurance from insurers acceptable to City of th�
follawing types and amounts:
5.1 Commerciai General �iability
$SQO,OQO �ach occurr�nce
$SDO,aDO aggregate
or
Carage Liabili#y
$500,00� each accid�nt, other than autq
$50a,000 aggr�gate
5.2 Automobile Liabiliiy
$500,OOQ each accident, combined single limit
This coverage shall inc{u�e all vehicles owned or non-owned fhat are
operating under Company's operating au�hority.
5.3 CargolOn-Hook
$30,000 per unit
Coverage shall include both the unii being towed and its contents.
Units covered shall include but not be limifed to motor vehicles,
trailers and boats. Cov�rage sE�all be written on a direct primary
basis.
5.4 GARAG�K��,PER'S �IABILIYY
$30,000 per unit
5.5 Worker's CompensationlAccident Insurance
Coverage shall meet the minimum requirements of state �aw as con-
tair�ed in the Motor Carrier Rules and Reg�lations.
5.6 Current insuranc� c�rtificates shal{ ramain on file witn the City during the
term of this Contract. Insurance coverage may, at the sole discretion of the City,
be re�ised upward upon thir�y (3Q) days priar written notic� to Company. Policies
shall be endorsed as follows:
StandaE�d Wredcer
Page 5 of l2
�
a) The City, its officers, employees and servants shall be endorsed as an
additional insured on a11 po�icies except employer's liability insurance
coverage under the workers' compensatian insurance policy.
b} Certificates of insurance shall be deli��red to t�e supervisor of the City of
Fort Worth Auto Pound, 1301 E, Northside Dri�e, Fort Worth, TX 761d2, prior
to any work being perFormed under this contract.
c) Any failUre on part ofi fhe City to request required insurance
documentation sY�all nof constitute a waiver of the insurar�ce requiremenfs
specifi�d herein.
d) Each insurance policy shall be endorsed to provide the City a minimum
thirty days notice of cancellation, non-renewal, andlor material change in
policy terms or caverage. A ten days r�otice sha[I be acceptable in the event
of non-payment of premium.
e} lr�surers must be autF�arized to do business in th� State of Texas and
have a curr�nt A.M. Best rating of A: VII or equivalent measure of financial
strength and solvency.
f) Deductible limits, or self-funded retention limits, on each �ol�cy must not
exceed $1 �,OOO,OQ per occurrence unless otherwise apProved by the City.
g} Other than worker's compensafion insurance, in lieu of traditional insurance,
City may consider alternative coverage or risk treatment measures through
insurance pools or risk retention groups. The City must approve in writing �ny
aiternative coverage.
h) Workers' compensation insurance policy(s� covering emp[oyees snall be
endorsed with a waiver of subrogation providing righfs of reco�ery 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 e�dorse� to provid� that such insurance
is primary protection and any se[f-funded or commercial coverage maintained
by City shall nat be called upon to contribute to loss recovery.
Standard Wracker
Page G of 12
C
k) Company sha{I report, in a timely rr�anner, to City's officially designated
cor�tract administrator any known loss occurrence which could gi�e rise to a
liability claim or lawsuit or which could result in a property loss.
i} Company's liabiliiy shall not be limited ta the specified amounts of
insurance required herein.
m) Upon the request of City, Com�any shal[ provide camplete copies of all
insurance policies required by these contract documents.
�.7 ln the event a state ar federal law, rule ar regulation pertainin� to wrecker
service companies operating within the State of Texas exceed insurance
requirements specified herein, such state or federal law, rule or regufafion shall ,
prevail for the respective type of insurance coverage andlor limit thereof.
6.
DUTIES AND R�SPONSIBILITIES OF COMPANY
Company, during the term of tf�is contract, shall perform the following duties
and ha�e the following responsibilities:
a) Mainfain as its primary business the towing of vehicles or trailers by
wreckers meeting the requiremen�s of paragraphs 4{a} and 4(b) abo�e.
"Primary business" shall mean that Company receives mare than fifty per-cent
{5fl%) of it gross revenues from the towing of vehicies and trailers. A[I of
company's recards shall be open to reasonable inspection, both at the time of
execution of this agreement a�d at any time during the term hereof, to verify
com�lianc�: with this condition.
b) Mair�tain a currently licer�se� vehicle storage facility located within the
corporate limits of th� City. "Vehicle starage facility" shall meat� a facility
operafed by a person lic�nsed under Article 6687-9a, Revised Statufes.
c} Maintain business o�eration twenty-four {24) hours a day, sevan days �er
week,
d) Respond to all calls contemplated by this contrac# within thirty (30} minutes
of notification, except in extraordinary situations where delay is caused by ice,
snow or other weather related con�itions. ln the e�ent Company fails to
respond as required, City may notify another wrecker company and Company
5tandard '4Vrecker 7
Page 7 of 12
shall not be enfitled to the compensation to whic� it would nave been entitled
had it arrived timely.
e) Maintain on file with the City the name of the owner, president or chief
executive officer, business address, and tele�hone number; further, Campany
shall notify th� City of any cY�ange of ownership, president or c�ief executive
officer, or change af address within five {�} business days of any such change_
f) Deliver the motor �ehicEe being towed to the location within the corporate
iimits of City designafed by the police offieer at the scene of fhe pull. Delivery
shall be made without delay or detour.
g) Fuliy cooperate w�th a�y investiga�ion conducted by fhe City regarding
complaints against Campany, whether ar r�ot such complaints arise out af
services contemplated by this Cantract.
h) Shall not becom� delinquent in the �ayment of any taxes due to City.
i) Shall not go to any accident scene unless the Com�any has been called to
the scene by the owner or operator of a vehic[e or an author�zed representati�e
of same, or by the City.
j) Compl�tely remove all debris resulting from any accident to which the
Company is rEspanding. Removal of debris shall not b� considered complete
by merely sweeping it to the curbline.
k) Shall not salicit any wrecker business within the corporate limits of City at
the scene of a wrecked or disabled �ehicle, regardless of whether the
solicitation is for fhe purpose of soliciting the business of towing, repairing,
wrecicing, storing, trading, ar �urchasing the vehicle.
I) Shall anly em�loy drivers of taw trucks authorized ta operate same.
m) Provide the Polic� Pound personnel with an invoiee at the time �hs vehicle
is delivered to the Auto Pound together with the signed wr�cker selectian form
to be provided.
�
TERMINATION AND SUSPENSION
7.1 This contract may be terminate� ar s�spended by City �or any of the
following causes:
Standard Wreckee g
Pagc&oFf2
a) Violation of any term andlor conditian specified in this contract.
bj Failure to notify the Communications Division of �he Police Department
wi�hin fifteen (15) minutes from the time of notification if the Company wi{I
be unable to respond witi�in the thirty (3Q) minutes alEotted for a response to
a call for wrecker service.
c) Permitting a tow trucic to be operated by anyone w�ile Under the influence
of alcohol andlor drugs.
d} P�rmitting a tow truck to be operated by anyone whose operator's license is
suspended.
e) Transferring or assigning any call for servic� to any other company
f) Any sustained complaint of fheft by p�rsannel of Campany while acting in
their capacity as employ�es of Campany, whether accurring during a po[ice
pull or otherwise.
g) Any sustained compiaint of threats made by perso�ne! of fhe Company
whife acting in ti�eir capacity as employees of Company made against third
parties during a police pull or otherwise.
h) Failing to comply with al[ directions of police personne[ at the scene of a
police pull or c�vilian employee at th� Polic� Pound. Company may request
a police supervisor to validate any such dir�ction gi�an.
i) Five (5) passes within a thirty (30} day period. Pass in this paragraph sha�1
mean Company failing �a natify the City of its inability to respond to a
request far service as required by paragraph 2 above.
j) Ten (1 Q) �asses wifhin a fhirty (30) day period. Pass it� this paragraph shall
mean a Company notifying the City of i�s inability to respond to a request for
service as required by paragraph 2 abave.
k} Violation of any rule or regulation contain�d in Exhibit "A" attached herefo.
I) Failure ta comply with any state or federal law or city �rdinance related to
the operatian o# a wrecker company.
7.2 City shall notify Company in writing of its intent to terminate ar suspend for
cause twenty (20) days prior to such suspensian or fermination. Company shall
have the right to re�u�st a heari�g befare the Chief ofi Police or his designee
5tandard Wrecker C�
Page 9 of l2
regarding the intent to terminate or suspend for cause by requesting a hearing in
writing within five {5} business days after receipt of natice of intent to te�minate or
suspend. A hearing 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 appeals process.
7.3 1n tne event this con#ract is suspended for cause, the suspe�sion shall be
for a periad of time of nat less thar� six (6) months nor more than twel�e (12)
months.
7.4 In the event City susp�nds or t�rminates this contract for cause, and the
cause for such suspensian or termination is determ+ned to be in�alid, Company's
sole r�medy shal{ be reinstatement of this contract. Gompany expressly wai�es
any and all �ights to monetary damages, including b�t not limited to actual and
punitive damages, coUrt costs and at�orney`s fees.
8.
INDEMNIF�CATION
With regard to any liability which migY�t arise hereunder, City a�d Company
agree that they shall �e so�ely and exclusively liable for the negligence of its own
age�ts, servants, subcontractors and employees and that �either party snall look
to the other party to save or Mold it harmless for the consequences of any
negligence on the pa�# of one of its own agenf, servant, subcontractor or
employee. Nothing contained herein shall be canstrued to be a waiver by City of
any right of protection that it �njoys under applica�le State or Fe�eral law.
9.
ASSIGNMENT
Company shall not assign, transfer or sublet this Contract or any portion
hereof to any party without th� prior written consent of Giiy that shall not be
unreasonably withheld. Any such assignment, transfer or subletting of fhis
Contract without fhe consenf of �he City shall be void and shall o�erate as a
termination hereof.
Stand�rd Wrecker 1 �
I'age I O nf 12
10.
ZONES AND ROTATION L15T
10.� City shall divide the city into four (4) zones that shall co�respand to the four
(4) patrol divisior�s. Company shall be assigned to the zone or an adjacent zone in
which it maintains its principal p{ace of business,
10.2 City shall create a rotation list within each of the four (4} zon�s that will
dictate the order in which wrecker companies are contacte�.
10.3 City may request Campany to conduct a police �ull within any zone, and
Company agrees to use its best efforts to arrive at th� scene of fi�e police tow
wi#hin thi�ty (30) minutes.
11.
INDEPENDENT CONTRACTOR
It is understood and agr�ed by the parties hereto that Company shaU
perform all work and services hereunder as art independent contrac#or, and not as
an afficer, agent, servant or employ�e of the City. Company shall have exclusive
control of and the exclusive right to control the details of the work or service to be
perFormed E�ereunder, an� all persons perForming same an behalf o� Company,
and shall be solely responsible far the acts and omissions af its afficers, agents,
servants, employees, contractors, su�cor�tracfiors, ficensees and invitees. Tne
doctrine of respondeat superior shall not app�y as betw�en the City and Company,
its officers, agents, servants, employees, contractars and subcontractors, and
nothing I�er�in shall be construed as creating a partnership or joint v�nture
between the parties hereto.
Standard Wrecker '� 1
Page 11 of l2
In w�tness whereof, the pa�ties hereto have execut�d this Contract pn the �
day of 1 1�[� , 20�.
ATTEST: � CITY �F4RT W RTH
�. �
�� -
�Glor� Pearson
City Secretary
APPROVED AS T� FORM
AND LEGALITY
���
Assistant City Attorney
ATTEST:
Corporate Secretary
By� � ' � � .
�bby tson
Assistant City Manager
� � _ � „_j�t- .: f �'
_ __ --- �_- _ . . �
��r�r�tr��� Authorization
) f' / `•' ��
ki• fi =�d�- �', � n 1 __ 1
--, a '�. f'.
Bivins Wrecker Service 1nc.
{Company Name)
.
By: �.J.� �� � �-��
Billy Heiser, President
5tandard WI•eckei• 12
Pa�e I � aF 12
I. �'J ���
, , �'���
, ��� ���.
�����_� �� � �
���� ����
Tl�e ��8da�i�g �'�les ��d �-eg�s���i�sis �gil be �'o�flo�v�d �� �,L �g ec�e� ��mr�pa�n��
t�p�m �x t�yval �t t�e Au�o Po�and.
�. Tl�e antry ga�e vclill nat be blociced l�y wrec�ers waiting to eiZter or exit tbe Auta
Pou.��d.
2. No wrecicer sh.all enier the Aufio Pound witil more tlaa.n one (1) perso�/operator,
1.Lri1855 �LItIlOT1��C� �7� �L18 Ol.l {�ilfy 5�1i� 5Li17EiV15pX, This wil� be aone on a case �y
C�.S� j7�535.
3. For sa�ety reasans, a Ca� Ca�lier will be requi,red to off load their carga w1�en
possible. Tliis shall i�e deiermined by tl�e o�. duty supeivisor.
4. Tiiveiltoiies sh4uid Ue ha�dled ii� an expeditious ma�uxxer wheii possible. Haw�ver,
Auto Po�,uid perso�u�.el are required ta do a complete and �recise i�ventory o� a11
�roperty a�xd vel�icles. A specific tim� franle vvould Ue iinpossiUle to insfiitute.
S. No wrecicer driver/a�eraior will assist with aily inventory Ueing coi�ducted by
Auta Po�u�d persoiva.ei.
G. The use of Car Cailiers, extra tii��, extra eqt�ipnle�t, etc., s�iall l�e subjeci fo
approval Uy t��e Wrecicer Adiniuistrator or Auto i'o�ti�d �up�rvisor.
7. Wrecker d�'ivers/o�eratarslovaners shall be required fo follow a�.y directions ax
iiistructioils gi�ezi by A�.lto Pou�c� perso�nel. �
8. Wrec�eer Co�l�azay Qwzxers shall assist a�1d comply with a�iy investigatzon
pez£orzi7ed Uy Auto Pound persoi�el or tlle Fort Worth Polic� Departineilt in
regatds to their coinpa�ty, c�ariver, operator and or business without hesitation,
9. Violations of a�.zy of flse above Xules s1�a11 be sul�ject to xeview Uy tIle Wrecicer
Adn3i��.istrator ar Auto Pound Supeivisor,
Tha Auto Pou��d St��eavisor ar a lligl�er level of co�naz�.d inay deteizzliiie
disci�alinary action up �o a�zd i�cludi�lg teniui�atioil of coiitract.
�'ity o, f .Fo�t Wo�th, 7'exas
�r��� ��� ������d ������;cc�t��n
DATE REFER�NC� IVIJMBER I_OG NAME PAGE
�18103 �o� ���� 35TOW5 1 af 2
SIJBJECT SUPPLEMENTAL APPROPRIATION ORDWANCE AND CONTRACTS FOR NON-
C�NSENT TOWING OF WRECKED OR ABANDONED VEHIGLES FR�M MULTIPLE
VENDORS REQUIRED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize contracts far Police Department reguested nan-consen� towing of wrecked or abandc�ned
vehicles from multip[e vendors as requirecf �y Section 34-t81 af the Code of tYre Cify of Fort Worth
(9986}, as �mended; and
2. Authorize the contracts to �egin Aprif S, 2�D3, and expire 5eptember 30, 2003, with options to
renew for four additional one-year periods; and
3. Adop# the attached supplementa! a�propriation ardinanc� increasing �st+mated receipts and
appropriations by $446,944 in fhe Generaf Fund fram avaiEable funds.
D15CUSSlON:
Section 34-181 of the Code of the City of Fort Worih (1986), as amended, required that all police
department, rton-car�s�nt tows, shall be undertaken pursuant to cantract, specifically executed between
the City and a wrecicer company. The Public Safety Cammittee extensively reviewed the new rates ar�d
unanimously appro�ed this recnmmendation on March 25, 2003.
There are �hree types of contracts and rafes as follows:
� Standard tow trucks $100
� Tilt bedlrollback taw truc[cs $125
� Tandem taw trucks $180
Contracts will be executed with any �endor desiring to perFarm nan-consent tows for the Pofice
Department, if they meet th� contrac� requirements such as towing operafior�s being th� vendors
primary business, equipment specifications, insurance, artd a IocalEy �icensed storage faci[ity.
The fees for services to be provided and assignment to one of four zanes are the same as cor�tained by
City Code. The estimated expenditure for these services is $1.8 m�llion per year ir�cluding the
anticipated ir�crease (of $446,944) fo� the remainder ofi the fisca[ year based on the revised rates. This
increase will be offset by revenue collected as fees.
RENEWAL OPTIONS - These contracts may be renewed for up fo faur successi�e vne-year ierms at
the City's option. This actian does not require specific City Council ap�ro�af �ravided the City Cauncii
�'iiy o, f `.�ort �o�th, Texas
���1� A�� ��i��1�1r ���iff1t11�f1°��t��1��1
DATE R���F2ENCE NUM�ER L�G NAME PAGE
418103 �_� ��44 35TOW5 2 af 2
SllHJECT SUPPLEMENTAL APPROPRIATION ORDINANCE AND CQNTRP+CTS FOR NQN-
C�NSENT T�WING �F WRECKED OR ABANDONED VEHICLES FRQM MULTIP�E
VENDORS REQUIRED BY C1TY ORDINANCE FOR THE POLIC� ❑EPARTMENT
has appropriated sufficient funds to sa#isfy the City's ab�igatian during the renewal term.
FISCA� INFORMATIONICERTIFICATION:
The FEnance Director certifies that upan approval and completion of the above recommendations and
the adopiion of the attached supplemental apprapria#ion ardinance, funds wil) be a�ailable in the current
aperating budget, as appropriated, of the General Fund.
LW: r
Su�tnitted for City Manager's
Office uy.
LibUy Watson
Originflting Department Head:
Ralplti 1Vlendoza
Additional Infvrmatlon Contact:
Susan Alac�is
FUND I ACCOUNT I CENTER
(to}
GG01 53912Q p3534Q3
6I83 GG�1 462624 0353��3
48386 (tran�)
GGD1 539120 Q353403
78262
I AMOUIV'T
$446,944. QQ
$448,944.00
$446,944.00
CITY S�CR�TARY
� APPROVED 04108ffl3
� ORT].# 15517
�
�
�