HomeMy WebLinkAboutContract 28595, .
�
�IiY S��R��"i4�Y g�
�QN�RAGi f�fl . _ o� / �
CONTRACT FOR TOW TRIJCK SERVICE
(STANDARD SERVICE)
WHEREAS, the City of Fort Worth occasionalfy requires fhe services of
tow trucks; and
VIIHEREAS, such tow truck services are necessary to profiect the safety of
the citizens of the City of Fort Worth,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
The City of Far� Worth, hereinafter referred to as "City", acting herei� by
and through Libby Watson, its duly authorized Assisfant City Manage�-, and Tow
Op Svstems inc. dba A�vanced Towinq Services Inc. , hereinafter referred to as
"Company", acfing herein by and thraugh Javice E Holcomb , its dufy authorized
President , agree as follows:
�
SERVICES
City h�re6y contracts with Company to provide police pu[l towing service.
As used herein, "poliee pull" shall mean that the Fart Worth Police Deparim�;nt
has called Company from the rotation list to either remo�e a wrecked or disabled
veY�icle or tq remove a vehicle in a safie driving condition, but the owner is not
present, able or permitted to drive or to make aut�orizations.
2.
TERM
The initial term of this contrac� shall expire on September 30, 2003. In
addition to t�e initial term of this contract, th�re shall be four options to renew for
terms of one year each, unless earlier terminated as hereinafter �ro�ided.
Renewal shall occur upon Cify inciuding in its budget for t�e options years
sufficient funds to pay for its obligations hereunder and Company providing proof
of insurance to City.
3.
COMPENSATION
3.1 Compe�sation. As compensation for providin� -:t��
cantemplated by this Contract, City agrees to pay Company as �aN'�uvcr�
I i� a� .
�_���
��� `
�
-- -
a) Tawaqe. A charg� of One hundred Dollars ($100.00) for towing such vehicle
firom on� point on a street to anotner location within the corporate limits of the
city as directed by the police department at the �lace where th� tow
originated; such eharge incfudes ane-half hour of extra work.
b} S�cond tow truck. In the event the police officer at the scene det�rmines
that a second tow truck is required, a charge of One h�ndred dollars
{$100.OD) per hour, with a minimum charge of ane �our, billed in increments
of fifteen (15} minutes wf�ile at the scene of the police pull. A police
supervisor shall approve the use of a second tow truck. Travel time is
excluded.
c) Extra work. An additional charge of one hundred dollars ($� 00.00} �er
haur, with a minimum charge of one hour, charged in increments of fifteen
(15} minut�s, for removing vehicEes that are off t�e street right-of-way, such
charge to be made from the time the operatar begins fo remove the vehicle
until it is on the traveled partion af the streef. E��n thougY� the vehic[e is
within the street right-of-way, an additional charge may be made if the vehic[e
�s located in some unusual co�dition 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 work shall only be allouved wh�n authorized by a police officer
at the scene of tf�� pull. The charges for such extra work shall be reviewed
and approved by the Auto Poun� Wrecker Administrator. Extra wark
excludes travel time, waiting time and clean�up time.
d} Use of a dolly, No additional fee shall be charged for the use of a dolly.
e} Handlinq hazardaus materials. When the cargo of any mofor vehicle or
trailer include5 explosive, nuclear, radioactive, hazardous or corrosive
materiais, as defined by fh� Environmental Protection Age�cy, Texas
Depa�ment flf Transportation, or the Texas Commission on Environmental
Quality, a fee equal to one hundred-fifty (150) percent of the charges which
may b� ass�ssed pursuant to subparagraph "a" abave. In addition, a charge
may be made for expenses incurred related to protective clothing and any
5taitdard Wrecker 2
Page 2 of l2
,
other supplies or equipment used in handling such materials, such cY�arge
being equal to the actual amaunts incurred plus fifteen (15} percent,
f) Nothing contained herein sE�all be canstrued so as ta obligate City to expend
any sums of maney. Further, nothing cantained herein shall be construed so
as to guarant�e to Company that Ci�y will contact Company for any fowing
services contemplated by this Contract.
3.2 Invaicinq and Pavment. Company� shall lnvoice City once per month.
Company shall include with the invoice such documents as may be reasonably
requested ta �rovide evidence af the services provided to the Cify, which at a
minimum shall includ� copies of the wr�cker selection form signed by the officer
at fhe scene of the police pull andlor personne[ at the �ort Worth Auto Paund.
Such invoice shall be 5ubject to the review and approval of appropriate City
personnel. City shall remit payment to Company not more than thirty (30) days
following approval of invoice.
3.3 Camp�nsation Review. City shall re�iew on an annual basis the
compensation provided for hereunder, with the �irst such review to be conducted
during the montY� of August 2003. Similar re�iews shall occur in August of each
succeeding year that this contract is in effeet. City shall make adjustments in the
compensation based upon increases or decreases in the cost of doing business,
taking into consideratian fuel, ins�rance, labor, and such other costs as may be
relevant to the operation of a tawing business.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shal! maintain at all times the following �ehicfes and equipment
in working condition:
a} A minimUm of two (2) wreckers, one of which shall be nat less than 14,D00
pounds gross vehicle weight and one of which shall be nof less than 1 a,aDO
pounds gross vehicle w�ight, dual r�ar wheels, equipped wifh a hydraulic
opera#ed winch, winch lines, and a boom rated at nof less than 8,OOQ pound
lift capacity and a wi�eel lift device rated at not I�ss than 2,5Q0 pounds.
Standard Wrecke��
1'age 3 af ]2
�
b} At a minimum, all wreckers sha[I be equipped with the follawing equipment,
which at a[I times shall be maintained in working order:
1)
2)
3)
4}
5)
6}
7)
8)
9)
10)
1�)
12)
13j
14)
Tow �ar
Towing iights
Emergency overhead warning lights (red or amber color only)
Safeiy chain
Fire extinguisher, A.B.C. Type
Wrecking �ar
B room
Ax
Shove{
Reflectors or irafific canes
Trash container
Two way voice or computer communica#ion between tow truck
and Campany dispatcher
Backing warning signal
Wheel chocks
c) Each wr�cker shall have the identifying markings required by the Texas
Transportation Code, sectian 642.pD2. In addition, each wrecker shali provide
Notice of Complaint Procedures ta the owner of a towed vehicle as outlined by
the Texas Department af Transpor�atian Rules and Regulations as contained in
43 Texas Administrative Code, Chapter 18, subchapter 18.89, as same may be
amended fram time to time.
d) Each tow truck and the required equipment shall be inspected by th�
Chi�f of Police or his a�thorized designee �rior to being used for services
contemplated by this contract. In addition, each tow truck ar�d the required
equipmeni shall be subject to intermittent inspection to assure compliance with
this contract.
Staiidard Wrecker 4,
Page 4 of 12
5.
INSURANCE REQUIREMENTS
Company shall maintain insurance from insurers acceptable to City of the
following types and amounts:
5.� Commercia� General �iability
$50Q,000 each occurrence
$50D,aQ0 aggregate
or
Carage l.iability
$500,OOD each accident, ather fhan auta
$500,000 aggregate
5,2 Automobile �iability
$50D,000 each acci�ent, combined single limit
This coverage shall include all vehicles awned ar non-owned �hat are
operating un�er Company's aperating authority.
5.3 CargolOnoHoo�
$30,000 per unit
Co�erage sha[I include both the ur�it being towed and its contents.
Units covered shall include but not b� limited to motor vehicles,
trailers and boats. Coverage shafl be written on a direct primary
basis.
5.4 GARAGEKEEPER'S LIABIL[TY
$3Q,OQ0 per unit
5.5 VIlor�er's CompensationlAccident [nsurance
Coverage shall meet the minimum requirements of state law as can-
tained in the Motor Carrier Rules and Regt�lations.
5.6 Current insurance certificates shaq remain on file with the City during the
term of this Contract. Insurance coverage may, at the sol� discretion of the City,
be revised upwar� upon fhirty (3Q) days prior written notEce to Company. Polici�s
shall be endorsed as fo[�aws:
Standard Wrecker
Pagc 5 of l2
��
J
a) The City, its officers, employees and servants shall be endorsed as an
addifiana[ insured o� all policies except employer's liability insurance
coverage under the workers' compensation insurance policy.
b) Certificates of insurance shall be delivered to the supervisor of the City of
Fort Worth Auto Pound, 1301 E. Northsi�e Dri�e, Fort Worth, TX 76102, prior
to any wark being performed under this contract.
c) Any failt�re on part of the City to request reqt�ired insurance
documentation shafl not constitute a wai�er of ihe insurance requirements
specified herein.
d} Each insurance policy shall be endorsed to pro�i�e the City a minimum
thirty days �otice of cancellafior�, non-renewa[, andlor material change in
policy terms or coverage, A ten days natice shall �e accepiab[� in the event
ofi non-payment of premium.
e) Insurers must be authorized ta do �usiness in fhe Stat� of Texas and
have a current A.M. Best ratir�g of A: VIf or equivai�nt measure of financial
strength and solvency.
f) Deductible limits, or self-funded retention limits, on each policy must not
exceed $10,000.00 per occurrence unless otherwise approved by the City.
g) Other tnan worker's compensafiion insurance, in lieu ofi traditional insurance,
City may consider alternative coverage or risk treatment measures through
insurance pools or risk retention groups. The Cify mUst approve in writing any
alternati�e coverage.
}�) Workers' compensation insurance policy(s) covering employees shall be
endorsed with a waiver of subrogation providing rights of r�cov�ry in favor of
the City.
i) City shall not be responsible for the direct payment of insurance premium
casts.
j) Insurar�ce policies sha11 each be endors�d fo provide that such insurance
is primary pratection and any s�lf-funded or commercial coverage maintained
by City shall not be called upon to contribufe to loss reco�ery.
5tanckard Wrccker
Page G uf ] 2
6
� s
k) Company shall report, in a timely manner, to City's officially designafed
contract administrator any known loss occurrence which could give rise to a
Iiability c�aim or lawsuit or which could result in a property loss.
i) Company's liability shall not be limited to the specified amounts of
insurance required herein.
m) Upon the request of City, Company shall pravide complete copies of all
insurance policies required by these cantract documents.
5.7 ln the e�en� a state or fed�ral law, rule or regulation per�aining to wrecker
service companies operating within the State of Texas exceed insurance
requirements specified nerein, such state or federal law, rule or regulation s�all
prevail for the respective type of insurance coverage and/ar limit thereof. .
6.
DUTlES AND RESPONSiBIL.ITIES OF COMPANY
Company, during the term of this contract, shalE perform the fol�owir�g duties
and ha�e the following responsibilities:
a) IVlaintain as i#s primary business the tawing of �ehicles or trail�rs by
wreckers meeting the requirements of paragraphs 4{a} and 4(b) abov�.
"Primary business" shall mean that Company receives more than fifty p�r�c�nt
(50%) of it gross revenues from the tawing of vehicles and frailers. All of
com}�arty's records shall be open to reasonable inspection, both at the time of
�x�cution of this agreement and at any time during �he term hereof, to verify
compliance with this condition.
b) Maintain a currently licensed vehicle storage facility [ocated within the
corporate limits of the City. "Vehicle starage fac[lity" shall m�an a facility
op�rafed by a person licensed under Article 6687-9a, Revised Statutes.
c) Maintain business operation twenty-four (24} hours a day, seven days per
week.
d) Respond to all calls contemplated by this con#racf within thirty {30) minu#es
of notificat�on, except in extraardinary si#uations wh�r� delay is caused by ice,
snow or other weather relate� conditions. In the evenf Company fails to
respond as required, City may notify another wrecker campany and Company
5tandard Wrecker 7
Page7oF12
7.
TERMINATION AND SUSPENSIO�1
shall not be entitled to the compensation to which it would have been entitled
had if arrived timely.
e) Maintain on fiile wit� the City the name of the owner, �resident or chief
executive afficer, business address, and telephone number; fiurkher, Company
sh�l1 natify the City of any cnange of ownership, president or chief executive
officer, or change of address within f�ve (a) �busirtess days of any such change.
f) Deliver th� motor vehicle being towed to the location withir� the corporate
limits af City designated by the police officer at the scene of the pulf. Delivery
sha1� be made without delay or detour.
g) Fully coo�erate with any investigation condueted by #he City regarding
complaints againsf Company, whether or not such complaints arise out of
services contemplated by this Contract.
h) Shall not become delinquent in the payment of any taxes due to City.
i) Shall not go to any accident scene un[ess the Company has bee� calied to
the scene by the owner or operator of a vehicle or an authorized representative
of same, or by t�e C�ty.
j} Completeiy remove all debris resulting from any accid�nt to Lvhich the
Company is responding. Removal of debris shall not be considered complete
by mereiy sweeping it to the cur�line.
k) Shall not solicit any wrecker business within the corporate limits of City at
the scene of a wrecked or �isabled �ehicle, regardless of whe�her �he
solicitation is for the purpose of soliciting the business of towing, repairing,
wrecking, sforing, trading, or purchasing t�e �ehicle.
I} Shall only employ driv�rs of tow trucks authorized to operate same.
m) Pravide the Police Pound personnel with an invoice at the time tY�e vehicle
is de�ivered to the Auto Pound together with tf�� signed wrecker selectio� form
to be provided.
7.1 T�is contract may be terminated or suspended by City for any of the
following causes:
Standard Wrecke�
I'age 8 of 12
:
a) Violatian of any term andlor conditian sp�cified in this contract.
�) Failure to notify the Communications Division of the Police Department
within fifteen {15) minutes from the time of notification if the Company will
be unable to respond within the thirty (30} minutes allotted for a response to
a ca[1 for wrecker service.
c) P�rmit�ing a tow truck ta be op�rated by anyone while under the influence
of alcohol andlor drugs.
d) Permitiing a tow tr�ack ta be operated by anyone whose operator's license is
suspended.
e) Transferring or ass�gning any call for service to any other company
f) Any sustained complaint of �heft by persannel of Company while acting in
their capacity as emplayees of Camparty, whether occurring during a police
pul{ or otherwise.
g) Any sustained camplaint af threats made �y personnel of the Company
while acting in their capaci�y as emplayees of Company made against third
parties during a police pull or otherwise.
h} Failing to comply wifh all directions of �aofice persannel at the scene of a
police pull or civilian employee at the Police Pound. Campany may request
a police supervisor to validate any such directian given.
i) Five {5) passes within a thiriy (30) day period. Pass in this paragraph shal[
mea� Company failing to notify the Cify of its inability to respond to a
r�qu�st for service as required by paragraph 2 above.
j} Ten (10} passes within a fhirty (30) day period. Pass in this paragraph shall
mean a Company notifying fhe City of its inabi[ity to respond ta a request for
service as r�quir�d by paragraph 2 above.
k} Viofation of any rule or regulation contained in Exhibit "A" attached hereto.
I) Failure to comp[y with any state ar federal law or city ordinance related to
the operation of a wrecker company.
7.2 City shall notify Company in writing of its intent to terminate or suspend for
cause twenty (20} �ays �rior to such suspension ar termination. Company shall
have tf�e right fa request a hearing before the Chief of Police or his designee
Standaed Wrecker
Page9oi'12
�
regarding the intent to terminate or suspend for cause by requestin� a hearing in
writi�g within five (5) business days after receipt of notice of intent to terminate or
suspend. A hearing shall be conducted within fiifteen (15) days of the request for
h�aring. The City, in its sole discrefiion, may temporarily suspend this contract
during any appeais process.
7.3 fn the event this contract is suspended for cause, the suspension snall be
for a period of time of nof less than six �G) months r�or more than twelve {12)
months.
7.4 In the event City suspends or terminates this contract for cause, and the
cause for such suspensian or termination is �etermined ta �e invalid, Company's
sole remedy s�all be reinstatement of this contract. Company expressiy waives
any and all rights �a mone�ary damages, including but not limited ta actual and
puniti�e damages, court costs and attar�ey"s f��s,
8.
INDEMNIFICATION
With regard to any lia�ility which might arise hereunder, City and Company
agree that they shall be soEely and exclusive�y liable �or the neglige�ce of its owrt
agents, servants, subcontractors and employees an� that neither party shalE fook
ta the other party ta save or hold it harmless far the consequences of any
ne�lig�nce on the part of one of its own agent, servant, subcontractor or
employee. Nathing contained h�rein shall be construed to be a waiver by City af
any right of protection thai it enjoys under appficabfe State or Federal law.
9.
ASSIGNMENT
Company shali not assign, transfe� or sublet this Contract or any portion
hereof to any party without the prior written consent of City tf��t shall nat be
unreasonably withheld. Any such assignment, transfer or subletting of this
Contract without the consent of the City shall be void and shall operate as a
termination hereof,
3tandarcl 1�lrecicer � �
Puge ]Q af l2
e
10.
ZONES AND ROTATION LIST
10.1 City shall di�ide the cify into four (4} zones that shall correspond to the four
(4) patrol divisions. Company shall be assigned to the zone or an adjacent zane in
which it maintains its principal pface of business.
10.2 City snall creaie a rotatian list within eacf� af the four {4} zor�es that will
dictate the order in which wrecker campanies are contacted.
90.3 City may request Company to conduct a police pull within any zone, and
Company agrees to use its best effarts to arrive af the scene of fhe police tow
within thirty (3�) minutes.
�1.
INDEPENDENT CONTRACTOR
lt is understood and agreed by the parties hereto that Company shall
perform all work and services hereunder as an independent cantractor, a�d not as
an officer, agent, servant or employee of the Cify. Company shall ha�e exclusive
control of and the exclusive right to contral the details of th� work or service to be
performed hereunder, and all persons pe�forming same on behalf of Company,
and shall be solely responsible far the acts and omissions of its ofFicers, agents,
servants, employees, confractars, subcontractors, lic�nsees and invifees. The
doctrine ofi respon�eat superior shall not apply as between the City and Company,
its officers, agents, servants, employees, confractors and subcontractors, and
nothin� f�erein shall be constru�d as creating a par�nership or joint venture
between, the parties hereto.
SLandard Wrecker 11
Page l i oF f 2
r
In witness whereof, the parties hereto have executed this Contract on the ����
day of , 20Q�
ATTEST: � CITY C�,� FORT WOF,?TH
�.e�l���� By: � � �. � � �
Glo�ia Pearson �.ibby W�on
City Secrefary � Assistant City Manager
�
f '� __, �-" i_• i'r►
. _ , , � .� -
APPROVED AS TO �ORM;����.�ct Autharia�t�on p
AND LEGALITY � �� t �, � � '- -��
.,w�.. --- ..- __- --- �
1� ����
Assistant City Atforney
ATTEST:
Corporat� S�cretary
Tow Op Svstems Inc.. dba
Advanced Towinq Svstem
�nC. (Company Name)
BJ/: ,, , � . ,
Joyc� E Hu[comb, Presider�t
�v���'��1n� �S��U���
��� ����I� �`���
k` ��e :���''V ���) Y �G�:
Standard Wrecker
P�ge 12 of 12
12
��.� ��� � �
���� �����
'�'l�e f��lawi�� r��e5 �s�� �reg���t�oYis �vil� l�e �oY�owec� by AY.]L �recl�er Ca�npanies
upon �rri�al mt tb,e Auto Pound. .
1. The eiltry gate will not be blociced by wrecicers waiting to enter or �xit the Auto
P011Tltl.
2. No �wrecker shall enter tl�,e Auio Poluzd vvifl� mare thai�. one (1) personloperator,
unless authorized by tlze oi1 d�ty shift s�t�eivisor. Tl�s �wi11 be done on a case by
case basis.
�. For safeiy reasons, a Ca�• Can-ier wzll be requ�'ed ta aff load their ca.rgo wl�en
po�sible. Tlus shall Uc date�azuled vy �e o�1 dLrty supe�visor.
4. Inveiltories s�ioL�Id be handled in an expeditious mariner vvhei� �ossible. Hawever,
Auto Pou3�d }�ersaiulel aie required to do a coinplete and precise inventary of all
pro�erty and vehic�es. A specific time �-ame vvould Ue impossible to institute.
S. No wrecicer driver/o�erator r�ill assist vvitl� a�1y u1v�rlto�y beiz�g cozlducted by
Auto Pound �ersonnel.
6. Tl�e use af Car Cai7�iers, extra time, extra equipi�ent, etc., �1�all be suUject to
approval by tlae �TVzecker Adi�ustrator or Auta Pound �upei-visor.
7. Wrecl�er dii�ersloperatorslawilers shall Ue requared to follow any directians or
ii1s�•uctio�is given by Auto Pa�uid p�rsoimel. �
S. Wxecl�er Compar�y Owners shall assist and coin�Iy vrith a��y inves�igatzon
�erfori�ed �y Auta Pound personr��l a� the Fort Woi-th �olioe De�art�ne�t in
ragaxds �o their co�npany, driver, aperator and or business withoLit hesitation.
9. Violatio�s of any of tl�e above iti�es sl�all Ue suUject to review by the Wrecicer
Ad1I1II]1Stl'atOT OT AL1t0 P01117.(� SLipE1"V150�'.
The Auto Pvui�d Sn}�ervisar or a lugher level of comunaizd n�ay deteilnine
discipliiia�y ac�ion up to a�id inclLtdi�g tennii�atian of contract.
�`l � D� �''D�"� �O�'t�li T'e.7��S
���� ��� ������� �������������
DATE REFERENCE NUMBER LOG NAME
4�$ro3 C�19��4
35TOWS
PAG E
1 of 2
S[1BJECT SUPPLEMENTAL APPROPRIATION ORDINA�iGE AND CONTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
V'ENDORS REQUIRED BY ClTY ORDINANCE FOR THE POLICE DEPARTMENT
RECOMMENDATION:
It is recommended that the City CounciL
1. Aufihorize contracts for Palice Departmenf requested nan-consen# to►+ving�of wrecked or abandaned
vehi.cles from multipl� �endors as re�uired by 5ection 34-181 of the Code of the City of Fort Worth
(9986), as amended; and ,
2, AutY�orize the contrac�s �� begin April 8, 2fl03, and expire 5eptember 3d, 2003, with options to I
renew for four additionai one-year periods; and ;
�
3. Adopt the attached suppiemental apprapriation ordinance increasing estimated receipts and �
appropriations by $446,944 i� the General Fund from a�ailable fUnds. ;
i
D15CUSSION: ' ,
Section 34-181 of the Code of the City af For� Wo�th (1986), as amended, reau�red that ail police �
depar�men#, non-consent tows, shall be un�ertaken purs�anf to contract, specificall� executed be#ween
the City and a wrecker campany. The Public 5afety Committee extensi�ely reviewed the new rates and
unanimously appraved this recommendation an March 25, 2003.
There are three types ofi contracts and rates as follows:
� Standard tow truc�Cs
� Tilt b�dlrollback taw #rucks
p Tand�m taw firucks
$100
$125
$180
Contracts will b� executed with any vendor desiring to pertorm non-consent tows for th� Police
Department, if they meet the contract requirements such as tawing operations being the vendors
primary business, equipme�t specifications, insurance, and a lacally licensed storage facility.
The fees for services to be pro�ided and assignment fo one of four zones are the same as contained by
City Code. The estimated expenditure for these services is $1.8 mi�lian per y�ar including the
an�icipafed increase (a# $446,944} for the remainder af the fiscal year based on the re�ised rates. This
increase will b� offset by revenue collected as fees.
REN�WAL OPTIONS - These contracts may be renewed fflr up to four successive one-y�ar t�rms afi
the City's aption. This action does not requir� specific City Cauncil approval pro�ided the City Council
�`ity of 1�"ort �'a�th� Texas
c��c�� �n� �����;1 �����r����t���
DATE REF�f2�NCE Nl1MBER LOG NAM� �'AGE
�418/03 ��� g��� 35TOWS 2 of 2
SUHJEC7 SUPPLEMENTAL APPROPR1ATiON ORDlNANCE AND C�NTRACTS FOR NON-
CONSENT T�WING OF WRECKED OR ABANDO�IED VEHICLES FROM MULTIPLE
VEND�RS REQUIRED BY CITY �RDINANCE F�R THE P�LICE DEPARTMENT
has appropriated s�fficient funds ta satisfy the City's obligation during the renewal term.
FISCAI. I NFORMATIONICERTI FICATIO N:
The Finance Director certifies that upon appro�al and campletion of the a�o�e recommendaiions and
the adaptian of the attached supplemental appropriation ordinance, funds will be available in tf�e curr�nt
operating budget, as appropriated, of the General Fund.
LW:r
Su6mitted for City Manager's
Office by:
I �' ��'A I �CCDUNT I CENT�R
� (to}
I GG01 539'!20 0353403
G183 I GG01 462824 Q353403
I AMOUNT
C]TY SECAETARY
�,ihhy Watsan
briginating Department Head:
Ralph Mendoz,a
AdditionRl in%rmation Contact:
Susan Al�is
4$386 I (froin)
GG01 539120 D353403
�
782b2 �
$446,944.00
$446, 944.00
� A1'PROVED 04/48/03
$446,944.00 � ORD.# 15517