Loading...
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