HomeMy WebLinkAboutContract 28798[ �
�IiY �����AR1/
COiVYi�ACi � ��� J�
CONTRACT FOR TOW TRUCK SERVICE
(STANDARD SERVICE)
WHEREAS, the City of For� Warth occasionally requires fhe servicas of
tow trucks; and
WHEREAS, such tow truck services are necessary to protect the safety of
t�e citizens of the City of Fort Worth,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
The City of Fort Worth, hereinafter referred to as "City", acting herein by
and througE� Li�by W�tson, its duly autharized Assistant Cify Manager, and
Thomas Towinq Inc., hereinafter referred to as "'Campany", acting herein by and
through J. D. Thomas, its duly authorized President, agree as folfows:
1.
SERVICES
City hereby contracts with Company to pro�ide police pull towing service.
As used herein, "poEice pull" shall mean that fhe Fort Worth Police Oepartment
has called Company from the rotation list to �ith�r r�mave a wrecked or disabled
vehicle or to r�move a v�hicle in a saf� driving condition, but the owner is nat
present, ab[e or permitted to drive ar to make authorizations.
2.
TERM
The initial term of this contract shall exp�re an September 3Q, 2003. !n
addition to the initial term of this contract, there shall be four options to renew for
terms of on� year each, unless earlier ferminated as hereinafter provided.
Renewal shall occur upon City includir�g in ifs budget for tF�e aptions years
sufficient fun�s to pay for its obligations h�reunder and Company Providin� proof
of insurance to City.
3.
COMPENSATION
3.1 Comq�nsation. As compensation far providir�g fi�e services
contemplated by �his Contract, City a�rees to pay Company as fol[ows:
v��J'�vli=+� �S�t�s��:�
I ����� ��������
� ��. ��?��U���, ���,
r
a) Towa4e. A charge of One hundred Dollars ($100.00) for towing such �ehicle
from one point on a streef to another location within the corporate limifs of the
city as direct�d by fne police department at the place where the tow
originated; such charge includes ane-half hour of extra work.
b) Second tow truck. In the event the police officer at the scen� determines
that a second taw truck is required, a charge of �n� hundred dollars
($�Oa.00) per hour, with a minimum charge of one hour, billed in incr�ments
of fifteen (15) minutes while at the scene of the po�ice pull. A police
supervisor shafl approve the use o� a second tow truck. Travel time is
excluded.
c} Extra work. An additional charge af ana hundred doklars ($100.00) p�r
hour, with a minimum charge of one hour, charged in increments of fifteen
(�5) minutes, for removing vehic[es thaf are off the street right-of-way, such
charge ta be made fram the time the operatar begins to remove the vehicle
until it is on the traveled partion of the street. Even though the vehicle is
within th� street righf-of-way, an additional charge may be mad� if the vehicle
is located in same unusual condition within fhe rig�t-of-way, such as, bu� not
limifed tn, a river or a creek bed or a ditch of greater depth than the ordinary
bar ditch. Extra work shalf on[y be allowed when authorized by a police officer
at the scene of th� pull. The charges for such extra work shall be reviewed
and approved by the Auto Pound Wrecker Administrator. Extra wark
excludes tra�el time, waiting time and clean-up time.
d) Use of a dollv. No additional fee shall be charged for the use of a dolly.
e) Handlina hazardous mai�rials. When the cargo of any mofor vehicl� or
trailer includes explosive, nuclear, radioactive, hazardous or corrosi�e
materials, as defined by the Environmentaf Profection Agency, Texas
De�artm�nt of Transportation, ar the Texas Commission on Environmental
Quality, a f�e equai to one hundred-fifty (150) percent of th� charges whicY� ,
may be assessed pursuant to subparagrapn "a" above. In addition, a charge
may be made for expenses incurred related to protective clothing and any
Stmidard Wrecker �
Page 2 of 12
,
ofiher supplies or equipment used in handling such materials, such eharge
being �qUal fo the actual amounts incurred plus fifteen (� 5} percent.
f} Nothing cor�tained herein shall be construed so as to obligate City to ex�end
any sums of money. Further, nothing confained herein shall be construed so
as to guarantee to Company that City will contact Company for any towing
ser�ices cantemplated by this Cantract.
3.2 Invoicin� and Pavment. Company shall Invoice City once per month.
Company shall indude with the invaice such documents as may be reasortably
requested to pravide evidence of ti�e services pravided to the City, which at a
minimum s�all include copi�s of the wr�cker seleciion form signed by tE�e officer
at the scene of the �afice pu{I andlo� personnel at the Fort Worth Auto Pourtd.
Such invoice shall be subject to the review and appro�al of appropriate City
personr�el. City shall remit payment to Company not more than thirty (30) days
follow�ng approval of invoice.
3.3 Compensation R��iew. City shall review or� an annual basis the
compensation provided for hereunder, with the first such review to be conducted
during the manth of August 2D03. Similar reviews shall occur in AUgust of each
succeeding year that this contract is in effect. City shall make adjustments in the
compensation bas�d upon ir�creases or d�creases in the cost of daing business,
taking inio cons�deration fuel, insuranc�, labar, arid such other costs as may be
relevant to the aperation of a tawing business,
4,
VEHICLE AND EQUIPMENT REQUIREII/IENTS
Company shall maintain at afl times the following vehicles and equipment
in warking condition:
a} A minimum of two (2) wreckers, one of which shall be not less than '14,000
pounds gross v�hicl� weight and on� of which shall be no# less than 10,Q00
pounds gross vehicle weigf�t, �ual rear wheels, equipped with a hydraulic
operated wincf�, wincf� lines, and a�aom rated a# not fess than 8,QQ0 paund
lift capacify and a wheel lift de�ice rated at not less than 2,500 pounds.
5tandard Wrecker 3
Page 3 of 12
� �
b) A# a minimum, al1 wreckers shall be e�uippec! with the following equipment,
which at all times shall be maintained in warking order:
1}
2)
3)
4}
�)
6)
7)
8)
9}
10)
11)
12)
13)
14}
Tow bar
Towing lig�ts
Emergency overhead warning lights (red or amber color only)
Safety chain
Fire extinguisher, A.B.C. Type
Wrecking bar
Broom
Ax
5havel
Reflectors or traffic cones
Trash container
Two way voice or computer commun�cation befiween tow truck
an� Company dispatcher
Back�ng warning signal
Wheel ch�cks
, c) Each wrecker shall have th� identifying markings required by fhe Texas
Transportation Code, sec#ion 642,Op2. I� addition, each wrecker shall prvvit�e
Notice of Complaint Proc�dure5 to the owner of a towed vehicle as autlined by
the Texas Depar�ment of Transporkation Rules and RegUlations as cantained in
43 Texas Administrative Code, Chapter 18, subchapter 18.89, as same may be
amended from time to time.
d) Each tow truck and the required equipment shall be inspected by the
Chief of Police or his authorized designee prior to being us�d far services
cont�mplated by this contract. In addition, each tow truck and #he required
equ�pment shall be subject to intermit�ent inspection to assure compliance with
tnis contract.
Standard Weecker 4,
Page 4 of l2
� �
+�
INSURANCE REQUIREMENTS
Company shall maintain insurance from insurers acc�ptable to City af the
fol�owing types and amounts:
5.1 Commercial General Liability
$500,OQ0 each occurrence
$500,QaQ aggregate
or
Garage �iability
$500,000 each accident, other than aufo
$5Q0,000 aggregate
5.2 Automobile �iabi[ify
$500,000 each accident, Gombined singl� limit
This coverage shall include all vehicles owned or non-awned that are
aperating under Com�any's operating authorify.
5.3 Cargol�n-Hook
$30,000 per unit
Coverage shail include both the �nit being towed and its contents.
Units covered shall include bu� not be limifed to moto� vehicl�s,
trailers and boats. Coverage shall be written on a direct primary
basis.
5.4 �ARAGEK��P�R'S �IA�I�ITY
$30,000 per unit
5,5 Wor�Cer's CompensationlAccident Insurance
Coverage shall meet the minimum requirements of state law as con-
tained in the Motor Carrier Rules and Regulations.
5.6 Current insurance cer�ificates shall r�main on file w�th the City during tne
term of this Contract. Insurance coverage may, af the sole discretion of the City,
be revised upward upon thir�y (3Q) �ays prior written notice to Company. Policies
shal� be endors�d as follows:
Standard Wrecicer 5
Page S of l2
a) The City, its officers, employees and servants shall be endarsed as ar�
additional insur�d on all policies except employer's liabifity irtsurance
cov��age under the work�rs' compensation insurance Po�icy.
b} Certificates of insurance shall be deiivered to the supervisor of the City of
Fort Worth Auto Pound, 1301 E. Northside Drive, Fort Wor�l�, TX 76102, prior
fo any work being performed under this contract.
c) Any failure on part af the City to request required insurance
documentation shall not constitute a waiver of the insurance requirements
specified herein,
d} Each i�tsUrance pal�cy shall be endorsed to prnvide the City a minimum
thir�y days notice of cancellation, non-renewal, andlor materiai change in
policy terms or coverage. A ten days natice shafl be acceptable in the event
of non-payment of premium.
e) Insurers must be aut�orized ta do business in the 5tafie of Texas and
have a current A.M. Best rating af A: VII ar equivalent measure ofi financiai
strength and solvency.
f) Deductible limits, or self-funded r�;tention limits, on each �olicy musf not
exceed $10,000.00 per occurrence unless otherwise appro��d by the City.
g) Other than worker's compensation insurance, in lieu of traditiona[ insurance,
City may consider alfernative co�erage or risk treatmer�t measures through
insurance poals or risk retention groups. The C�ty must approve in writing any
altemative coverage.
h} Workers" compensatian insurance poficy(s} co�ering employees shall be
endorsed with a waiver of subrogation pro�iding rights of recovery in favor of
the City.
i) City shall not be responsible for the direct payment ofi insurance �remium
costs.
jj Insurance policies shall each be e�dorsed to provide that such insurance
is primary protecfion and any self-fiunded or commercial coverage maintained
by City shall not be called upan to contribute to loss recovery.
Standard Wrecker
Page 6 of l2
�
a
k) Com�any shall report, in a timely manner, to City"s officially designated
contract administrator any known loss occurrence which could give rise ta a
liability claim ar lawsuit or which could result in a property 1oss.
I) Company's liability shall not be limited to the specified amounts of
insurance required herein.
m} Upon the reques# of Cify, Company shall Provide camplete copies of a[1
ins�rance policies required by these contract documents.
5.7 In the event a state or fiederal law, rule or regulation pertaining to wrecker
service campanies operating within the State of Texas exceed insurance
requirements specifie� herein, such state or federal law, rule or regulation snall
Qrevail for the respective fype of insurance coverage andlor Iimit thereof.
6.
DUTIES AND RESPONSIBILITIES OF COMPANY
Company, during th� term of this contract, shall perForm the following duties
and have the �ollowing responsibilities:
a) Maintain as its �rimary business the towing of vehicles or trailers by
wreckers meeting the requirements of paragraphs 4(a) and 4(b) above.
"Primary business" shafl mean thaf Company receives more than fifty per-cent
�50%) of it gross r�;venues from fhe tawing of vehicles and trailers. All of
company's records shall be open to reasonable inspection, botn at the time of
execution of fhis agreement and at any �ime during th� term hereof, fa verify
compliance wi�h t1�is condition.
b) Mainfair� a currenily licensed vehicle storage facility located within the
car�orate limits of the Cify. "Vehicie storage facility'" shall mean a faci[ity
o�erated by a person licensed under Article 6687-9a, Revised Statutes.
c) Maintain business operation twenfiy-four (24} hours a day, seven days per
week.
d} Respond to all calls contemplated by this cor�tract within thirty (30} m�nutes
of no�ification, exce�t in extraordinary situatians wnere delay is caused by ice,
snow or other weather related conditions. In the e�ent Company fails to
respond as required, City may notify anather wrecker company and Company
Standard Wrecker 7
Pagc 7 of 12
7.
TERMINATION AND SUSPENSION
7.1 This contract may be terminated or suspended by City for any o# the
fallowing causes:
shall not be entitled to the compensation to which it would t�ave been entitled
had it arrived timely.
e} Maintain on file with the City the name of the owner, president or chief
execufive officer, business address, and telephone number; further, Company
shall n�tify the City of any change of ownership, pres�dent or chief executive
officer, or c�ange of address within five {5) business days of any such change.
#} Deliver the motor vehiele being towed to the locatior� within the carporate
limifs af City designated by the palice officer at the scene of tne pull. Delivery
shall be made witE�out delay or detou�'.
g) Ful1y coop�rate with any inves�igation conducfed by the City regarding
complaints against Company, whether or nat such complaints arise out of
services con�emplated by this Gontract.
h) Shall not become definquent in the payment of any taxes due to City.
i) Shall not go to any accident scene unless the Company has been call�d to
the scene by the owner or op�rator of a �ehicle or an authoriz�d r�presentative
of same, or by fhe City.
j} Completely remove all debris �esulting from any accide�t to which the
Campany is responding. Removal of debris shall not be considered complete
by merely sweeping it to the curbline.
k) Shall not solicif any wrecker business within fhe corporate limits of City at
the scene of a wrecked or disa�led vehicle, regardiess of whether #he
solicitation is for the purpose of solicifing the business of towing, repairing,
wrecking, storing, trading, or purchasing the �ehicle.
I} Shall only employ drivers of taw trucks authorized to operat� same.
m) Provide the Po�ice Pound personnel with an invoice af the time the vehiele
is delivered to ti�e Auto Pound together with the signed wrecker selection form
to be provided.
Standard Wrecker
Page 8 of 1�
:
a} Violatian af ar�y term andlor condition sp�cifi�d in t�is contract.
b) �ailure to notify the Communications Division ofi tf�e Police Department
within fifteen (15) minutes from the time of no�ification if the Company wilf
be unabie to respond within fhe thirty {3Q} minutes allotted for a response to
a call for wrecker se�vic�.
c) Permitting a tow truc�t ta be operated by anyone while und�r the influence
of alcohol andlor drugs.
d) Permitiing a tow truck to be operated by anyone whase aperator's license is
susper�ded.
e} Transferring or assigning any call for service to any o�her company
f} Any sustained complaint of theft by personnel of Company wnile acting in
the�r capacity as employees of Campany�, whether occurring during a police
pull or otherwise.
g) Any sustained complaint of fhreats made by personnel of the Company
whife acting in their capacity as em�loyees of Company made against third
parties during a police pull or otherwise.
h} Failing to comply with all directions of police personnel af the scene of a
police pull or civilian emPloyee at the Police Pound. Com�any may request
a�o{ice supervisor ta val�date any such �irection gi�en.
i} Five (5) passes within a ihirty (30) day p�riod. Pass in this paragraph shall
mean Company fa�l�ng ta notify t�e City of ifs inability to respond to a
request for service as req�ired �y �aragraph 2 abave.
j) Ten (10) passes within a thirty (30) day period. Pass in this paragraph shall
enean a Company notifying the Gity of its inabi[ity to r�s�ond ta a request for
service as required by paragraph 2 above.
k) VioEation of any rul� or regulation contained in Exhibit "A° attached hereto.
I} Failure to com�ly with any state ar federaf law or city ordinance related to
fhe operation of a wrecker company.
7.2 City shall notify Company in wri�ing of its intent to terminate or suspend for
caus� tw�nty (20) days prior to such suspension or term�nation. Compar�y shall
have the right to requesf a hearing before the Chief of Police or Y�is designee
Staildard Wrecker C�
Pa�;e 9 of 12
regard�ng the intent to terminate or suspe�d for cause by reques�ing a n�aring ir�
writing within five (5) business days after receiPt of notice of intent to terminate or
suspend. A hearing shall be con�uc#ed within fifteen (15) days of the request for
hearing. The City, in its sole discretion, may iemporari{y suspend this cor�tract
during any appeals �racess.
7.3 In the event this contract is suspended fior cause, the suspension shall be
for a�eriod af time of not less than six (6) months nor more than twelve (12)
manths.
7.4 In the event City suspends or terminates this contracf for cause, and the
cause for such suspensian or termination is determined to be invalid, Company's
sole rem�dy s�all be reinstatement flf this contract. Company expressly waives
any and all rights to monetary damages, including but not limited to actual and
�unitive c[amages, cour� costs and attorney's fees.
8.
INDEMNIFICATION
With regard to any liability which might arise hereunder, City and Company
agree that they shall b� solely and exclusively liable for the negligence of its own
agenis, servants, subcontractars and employees and that neither party shall look
to the other party to sa�e or hald it harmless for the consequences af any
negligenc� on the part of one of its own agent, servant, subcon#ractor or
employee. Nothing contained herein shall be construed fo be a waiver �y City of
any right of protection thaf it enjoys under applicable Sta�e ar Federal faw.
9.
ASSIGNMENT
Company sha�l not assign, transfer or sublet this Contrac# or any portion
hereof to any party withouf �he prior written consent of City fhat shall not be
�nreasonably withheld. Any such assignment, transfer or subletting of this
Contract without the consent of the City shal� be void and shall operate as a
termination nereof.
S�andard Wrecker I Q
]'age 1 D ol' l2
10.
ZONES AND ROTATION LIST
10.1 City shall divide the city into four (4) zones that shall correspond to the four
(4) pafrol divisions. Company shall be assigned to the zone or an adjacent zone in
which it maintains its principal place of business.
10.2 City shall create a rotatian list within each of the four (4} zones that will
dictate the ord�r in which wreck�r companies are contacted.
10.3 City may request Company to conduct a polic� pulf wit�in any zone, and
Com�any agrees to use its best efforts to arriv� at the scene of the police tow
withirt thirty (30) minutes.
�1.
fNDEPENDENT CONTRACTOR
It is understood and agreed by the parties hereto thaf Company sha[I
perform aq work and services hereunder as an ind���ndent contractor, and not as
an officer, agent, servant or �mploy�e of th� City. Company sf�all have exclusive
control of and the exclusive right fo control the details of the work or service ta be
performed hereunder, and all persons performing same on behalf of Company,
and shall be sole{y responsible for the acts and amissions of its officers, agents,
servants, �:mpfoyees, contractors, subcontractors, licensees and invitees. The
doctrin� of res�ond�at superior sl�all not apply as between ths Cify and Company,
its officers, agents, servants, employees, contractors and subcontractors, and
nothing he�ein shall �e cvnstrued as creating a partnership or joint venture
between the parties hereto.
5tnndaed Wrecker 11
Page 1 I of' 12
1 Q.
ZONES AND ROTATI�N L1ST
10.1 City si�all divide the city into four {4} zones that shall correspond to fhe fo�r
(4) patrol divisians. Company shall be assigned to the zone ar an adjacent zone in
which it maintains its principal place of business.
1 a.2 City shall create a rotation list within each of the four (4} zones thaf will
dictat� fhe or�er in vuhich wrecker companies are confacted,
�0.3 Cify may request Company to conduct a police pull within any zone, and
Company agrees to use its best effo�ts to arrive at fhe scene of the police tow
within thirty (30) minutes.
11.
INDEPENDENT CONTRACTOR
It is understood and agreed by the parties hereto that Company shall
perform all work and servic�s h�reunder as an independent contractor, and nof as
a� officer, agent, servant or �mployee of th� City. Company shall have exclusive
control of and the excl�sive right to control the details of the work or service to be
perform�d hereunder, and all persons performing same on behalf of Company,
and shall be solely responsible �or th� acts and omissions of its officers, agents,
servanis, employees, contractors, subcontractors, licensees and invi#ees. The
doctrine of respondeat superior shafl not apply as �etween the Ciiy and Company,
its offic�rs, agenfs, servants, employees, cantractors and subcontractars, and
nothing herein shall be construed as creating a partnership or joint �enture
between the parties hereto.
Standa�d Wrecker 1 1
!'age 1 I nC l2
'� �
In witness wher of, the parties 1�ereto have executed this Cantract on the
day of , 20��.
�
ATTEST: CITY �FORT WC��RTH
7 � �
f +��`' L/ f/ V lf l V �- J
B i� ' .
Gfor Pearson '��bby 1�atson
C:ity Secretary Assistant City Manager
APPROVED AS TO FORM
AND LEGA�ITY
l�
��
Assistant ity Attorney
ATTEST:
Corporate Secretary
� � `_ I � ��?` '
Contxact, A�.thaxYZ��on'
��
�_ �.,4 � i �. � � __`='"- � - ,
.__ _ . . __ .__ .�-
n���
Thomas Tawing Inc.
(Company Name} ,
Byt _
J. D��homas, President
r�;���1'L-I,c!'� "��' � `},n1��
- �.��v��J
r'- `I�YW�14
� r y� � �
i7 ! � ����
Standard Wrecker
���� � z oe � z
12
�.��..��� � .f�.
���� ����
`]C�� ����OPTf�Y� Ti•uies ��a+� � eg�latio�is �v�IA be �oyyowed by A�.JL '�� ecycer Co�panies
�apon arE-ival at ��e Auto Pound,
1. Tlle entry �ate will z�ot �e l�lociced l�y wrecicers �vaiting to enter or exit the Auto
Po�.u1d.
2. No wrecicer shall enter the �titto Pou�.�d �itla more t�lau one (l.) �ei-sonloperator,
unless autharized by the oi1 duty s1u�f supei-visor. This wi].I be done on a case by
case baszs.
3. Far safety z-easons, a Car Canier will be requir�d tn p£f load theu cargo when
posszble. T�iis shall be deternlined by t1i� on duty supezvisor.
4. T��ve�ztari�s stlould �e Izaildled i�l an expeditious inauner wI�en possible. However,
Auto Pat�z�d personnel aze required to do a coinplete and precise irlventory of all
properry a�1d velucles, A specific tinle frame vvould Ue iinpossible to u-�stitute,
5. No wrecicer driverinperator will assist wi�l� uiy ulventory being coi�d�cted by
AL�to Paund persom�el.
6. Tl�.e tiise of Ca�- Ca�Yiez�s, exfira time, ext�a ec�t�ipment, e�c., sl�.a11 be suUjeci to
approval Uy tlie Wrecicer Ac�i�isfi�atax o� Auto Pourzd Supe�-visor.
7. Wrecicer c3�iverslopera�prs/owners sha3.1 i�e requized to follaw any d'u•ections or
1I15t1'LlCt10115 �lV�11 �� AU�O POtillfl �fEI'5011Ile1. �
$. Wrecicer Coinpa�iy Ow�ers shall assist and comply v�ith any investigation
perfornled by Auta Pound persoiulel ar tlle Fort Worth Police I�epart�nent in
regards to their eoin�at.ly, driver, aperator and or business withoi�t hesitation.
9. ViolatioX�s of aily of the aUove i-ules shall he subject to review Uy the Wrec�cer
Adn�iiustrator or A�.ita PQuiid Sltpervisor.
The A��to Pound Stipervrso�' or a higl�er le�vel of coininaud may determine
dasciplii�ary ac�ion up ta and including tei�uu�.afion of cont� act.
�`ity of �ort Wo�th9 T'exas
_ +�/��� i�1�1� ������� ���d1���1������f�
DAT� R�FEREE�[GE iVUMB�R L.OG NAME PAGE
418103 �A� ���4 35TOWS 1 of 2
su�.��cT SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS FQR NON�
CONSENT TOWING OF WRECKED �R ABANDONED VEHICLES FROM MIJLTIP�E
VENDORS REQUIRED BY C1TY ORDINANCE FOR THE POLICE DEPARTMENT
REC�MMENDAT�ON:
It is recommended that t�te City Council:
Authorize contrac�s for Pofice Department requested non-cansent towing of wrecked or abandoned
vehicles fram multiple �endors as required by 5ec#ian 34-1.81 .of the Cade af the City of Fort Worth
(1986), as amended; and
2. Authorize the contracts io begin Apri! 8, 2003, a�d expire September 30, 2003, with options to
renew for faur addi#ional ane-year p�riads; and
3. A�apt the at#ached suppfemental appropriation ordinance increasing estimaied receipts and
appropriations by $446,944 ir� the General Fund from a�ailable funds.
DISCUSSION:
Section 34-�81 of the Code �f tl�e City of Fort Worth (1986), as amended, required that all police
departmenf, non-consent tows, shall be undertaken pursuant �o contraci, specifically executed be#ween
the Gity and a wrecker company. The Pubfic Safety Committee extensively reviewed the new rates and
unanimously approved this recommendaiian on March 25, 2003.
There are three types of contracts artd rates as follows:
a Standard tow trucks $100
� Tili bedlrollback tow truc�s $125
o Tandem tow trucks $180
Contracts will be executed with any �endor desiring to perf�rm non-consent tows for tF►e Police
D�partment, if th�y meet the cantract req�irements such as towing operations being the vendors
primary business, equi�ment specifications, insurance, and a locally licensed storage facility.
� The fees for services to he prouided and assignment to one of four zones are the same as cantained �y
City Code. The estimated expen�iture far these services is $�.S milli�n per year including the
anticipated increase (of $446,944) #or the r�mainder of the fisca! year based on the revised rates. This
increase will be offset by revenue caflected as fees.
RENEWAL OPT�ONS - These contracts may� be renewed for up fo four successi�e one-year terms at
the Cifiy`s aption. This action do�s r�ot require specific City Council appro�al provided #he City Council
�`iiy o, f' Fort T�i�o�tli, Texas
���� ��d ��u����[ ���rr�u��������
DATE R�FERENC� NUMB�F� LOG NAME PAGE �
418103 �d7 g��q. I 35T�WS 2 of 2'�,
SUBJECT SUPPLEMENTAL APPROPRIATIDN ORDINANCE AND CONTRACTS FOR NON-
C�NSENT T�WING OF WRECKED OR ABAN�DNED VEHICL�S FROM MULTIPLE '
VENDORS REQUIRED BY CITY ORDINANCE FOR THE POL[CE DEPARTMENT
has appropriated sufficient funds to satisfy the City's obligatian during the renewal term.
FISCAL INFORMATkONICERTIFICATION:
The Finance f�irector certifies that upon appra�al and campletian of the above recommendations and
the adoptian of the attached supplemental appropriation ordinance, funds will be available in the current
o�eratir�g budget, as ap�ropriated, of the General Fund.
�W; r
Submitted %r City Managcr's
Office by:
Libby Watson
Originating Department Head:
Ralph Mendoza
Additional Inforroatian Cuntact:
Susan Alanis
I F[TND I ACCOUNT I C�NTER
I (to)
GG01 539120 03534Q3
G183 GG01 462624 03534�3
4838G {from)
GG01 539920 �3�34b3
78262
AMO[INT
$446,944.00
$�446,944.00
$44fi,944.00
CITY SECR�TAR�'
�
1
�
I APPROVED 04/05/03
1 ORb.# I5517