HomeMy WebLinkAboutContract 28603.. ���Y s�������� �� .�
_... .._ COiV`�F�ACi' IV� a
= CONTRACT FOR TOW TRUCK SERVICE
(TILT BEDIROLL BACK)
WHEREAS, the City of Fort Wortn occasionally requir�s the services of
tow trucks; and
� WHEREAS, such tow truck services are necessary to protect the safety of
fne citizens af the City af Fort Ullarth,
NOW, THEREFO.RE, KNOW ALL BY THESE PRESENTS:
The City o# �ort Workh, her�inafter referred to as "City", acting herein by
and throt�gh Libby Watson, its du�y authorized Assistant City Manager, and
West Loop Towin4 & Recoverv, f�ereinafter referred to as "Company", acting
herein by and through Judv Hubbard , its duly authorized President , agree as
follows:
1.
SERVICES
City hereby contracts with Company to provide police pull towing service.
As used herein, "police pull" shaf{ mean that the Fart Workh Palice Department
has called Company fram the rotation list to either remove a wrecked ar disabled
vehicle or to remove a ve�icle in a safe d�iving condifion, but tE�e owner is not
present, able or �ermi�ted to drive or to make au�narizations.
2.
TERM
The initial term of this contract shall expire on September 30, 2Q03. In
addition to the initial term of this contract, there shall be four options to renew for
terms of one year each, unless earlier terminated as hereinafter provide�.
Renewal shall occur upon City including in its budget for th� options years
sufficient fur�ds fo �ay for its obligations hereunder and Company providing proof
of insurance to City.
3.
COMPENSATION
3.1 Comqensatian. As compensation for praviding the services
contempfated by this Contract, City a�rees to pay Comp r,�t,��;��laukt.�;: �
� . ,
� _ Ru
, � j� �! f
�n, „�_.,�;
a} Tawaqe. A charge of one hun�red twenty fiv� dollars ($125.00) for �owing
such vehicle from one point on a street ta a►�other {ocation within the
corporate limits af the city as �irsc#ed by tE�e police officer at the place where
the tow ariginated; su�h charge inciudes one-half hour of Extra Work. In the
event Company responds to the scene of a police pull with a tilt bedlro{I back
truck whe� the police pull could nave been accomplished with a standard tow
truck, Company snall be entifled fo the reduced charge of One hundred
dollars ($�00.00}.
b) Second tow vehicle. In the event the police officer at the scene determines
that a standard tow vehicle is required in addition to the tilt bedlroll back
truck, a charge of One hundred Dollars ($�00.00) per hour, with a minimum
eharge af ane hour, bilfed in increments of fifteen {95) minutes while at the
scene af the police pu11. A police supervisor shall approve the use of a
secand tow truck. Travel time is excluded.
c) Extra work. An additional charge of 4ne hundred dollars ($1Q0.�0) per
hour, witf� a minimum charg� of one hour, charged in incr�ments of fifteen
(15) minutes, for removing vehicles that are off the street right-of-way, stach
charge to be made from the time the operator begir�s to remove the vehicle
until it is on the trave[ed portion of the street. Even though the vei�icle is
wit�in the street right-of-way, an additional charge may be made if the venicle
is located in some unusual condition within the right-of-way, such as, but not
iimited to, a ri�er or a creek bed or a ditch of greater depfh than tY�e ordinary
bar ditch. Extra wark shall anly be allowed wher� autharized by a police officer
at the sc�ne of the pull. The charges for such extr� wark shall be reviewed
and approved by the Auto Pound Wrecker Administrator. Extra work
excludes travel time, waiting time, and clean-up time.
d} Handlinq hazardous materials. When the cargo of any motar vehicle ar
trailer includes explosive, nuclear, radiQactive, hazardous or corrosive
materials, as defir�ed by the Environmental Protection Agency, Texas
Department of Transporfation, or the T�xas Commission on Environmental
Quality, a fee equa! to one hundred-fifty (150) �ercent of the charges
"riic Wrecl<er �
Pagc 2 of 12
permitted under subparagraph "a" above. In addition, a charge may be made
fior expenses incurred related to protective clothing and any afher supplies ar
equipment used in handling such m�terials, such charge being equaf ia the
actual amounts incurred plus fifteen {15) percenf.
e) Not}�ing contained herein shall be construed so as to obligate Gity to expend
any sums of money except for wark actually perform�d. Further, nothing
cantained herein shall be canstrued sa as to guaranfee that City will cont�ct
Company for any towing service contemplated by th�s Cantract.
3.2 Invoicina and Pavment, Company shall Invoice City once per month.
Company shall include with the invoice such documents as may be reasonably
requested fo provide evidence of the services pro�ided to the City, which at a
minim�m shall include copies of �he wrecl�er selection form signed by the officer
at the scene of the police pull andlor persannel at the Fort Worth Auto Pound.
5uch invoice shall be subjecfi to the review and approval of appropriate City
personnel. City shall remit payment to Company not more than fhirty (30} days
fallawing approval of inv�ice.
3.3 Comp�nsation Review. City shall review on an annual basis the
compensation provided for h�r�u�d�r, with the first such revi�w to b� conducted
during the month of August 2003. Similar reviews shall occur in August of each
succ�;eding y�ar that fhis contract is in effect. C�ty sha{I make ad�ustments in the
comp�nsation based upon increases or decreases in the cost of doing business,
taking into consideration fuel, insurance, labor, and such other costs as may be
relevant to the operation of a towing �usiness.
4.
VEHICLE AND EQUIPMENT REQ�IREMENTS
Company shall maintain at all times the �ollowing vehicles and equipment
in warking condition:
a) A minimum of one (1 } tilt bedlroll back dual rear wheel wrecker rate� at not
less than 14,000 pounds gross vehicle weight.
b) At a minimum, all wreckers shall be equipped with fhe following equipment,
which at all times shall be maintained in working order:
"Cilt w��ecicer 3
Page 3 of 12
1)
2}
3}
4}
5)
6)
7)
8)
9)
1Q}
�1)
12)
13)
14)
15j
Tow bar
Towir�g lights
Emergency overhead warning lights {red or amber color only)
Safety chain
Fire extinguisher, A.B.C. Type
Wrec�Cin� bar
Broom
Ax
Shovel
Reflectars or traffic canes
Trash container
Two way voice or computer communication between tow truck and
Company dispatc�er
Backing warning signals
Wheel chocks
Traffic cones
c) Each wrecker shall have the identifying markings reqUired by the Texas
Transpartation Code, section 642.042. In addition, each wrecf�er shall provide
Notice of Complaint Procedures to the awner of a towed �ehicle as outlined by
the Texas Department of Transportation Rules and Regufafions as conta�ned in
43 Texas Administrative Code, Chapter 18, subchapfer 98.89, as same may be
amended from time to time.
d) Each tow truck and fhe required equipment shall be inspected by the Chief of
Palice or h�s authorized desig�ee prior to being used far services contemplated
by this cor�tract. In a�dition, each tow truck and the required equipment shall be
subject to intermittent inspectia� to assure compliance with this contract.
Tilt Wrecicer 4
Page 4 ot l2
5.
INSLJRANCE REQUIREMENTS
Comp�ny shall maintain insurance of the following types and amounts from
insurers acceptable ta the City:
5,1 Commercia� General Liability
$500,000 each occurrence
$SDO,ODd aggregate
or
Garage Liab'rlity
$500,OOQ each accident, other than aufio
$50a,000 aggre�ate
5.2 Automob'rle Liability ,
$500,ad0 each accident, cambined single limit
This coverage shall include all vehicles awned or non-owned that are
operating under Company's o�erating authority.
5.3 CargalOn-Hook
$30,000 per unit
Coverage shall include both the unit being towed and its contents.
Units cov�red shall include b�� not be limited to mator vehicl�s,
trailers and boats. Cov�rage shall be written on a direct primary
basis.
5.4 GARA(�EKE�pER'S LIABILITY
�30,000 per unit
5.5 Worker's CompensationlAccident Insurance
Cov�ra�e sha!{ meet the minimum requirements of state law as con-
tained in the Motor Carrier Rules and Regulations.
5.6 Current ir�surance certificates shall remain qn file with the City during the
term of this Contract. [nsurance coverage may, at the sole discretion of the City,
be revised upward upon thirty (30) days prior writ�en notice to Company. Palicies
shall be �ndorsed as follows:
Tilt Wrecicer 5
Page S of 12
a} The City, its officers, �mploye�s and servants shali be endorsed as an
additional insur�d on al! policies except employ�r"s liabilify insurance
coverage under the workers' comp�nsation insurance policy.
b) Certificates of insurance sY�all be deli�ered ta the supervisnr of the City of
�ort Worth Auta Pound, 1301 E, Northside Drive, Fort Worth, TX 761 D2,
prior ko any work being p�rformed under tf�is cantract.
c) Any failure on par� of the City to request required insurance
documentation shall not constit�te a waiver of the insurance requiremenis
specified herein.
d) Each insurance policy shall be endorsed to provide the City a minimum
thirky days notice of cancellafion, non-renewal, andlor material change in
policy terms or coverage. A ten days notice shall be acceptable in the
e�ent of �on-�ayment af premium.
e} Insur�rs must be aut�orized fo do business in the State of Texas and
have a curr�nt A.M. Best rating af A: VII or equivalen# measure of financial
strength and solvency.
f) Deductible timits, or self-fun�ed retention limits, on each policy must not
exceed $10,OD0.00 per accurrence un[ess otherwise approved by the City.
g) Other than worker's compe�sation insurance, in lieu of traditional insurance,
City may consider alterna#ive coverage or risk freatmenf m�asures throUgh
insurance poa{s ar rislc retention groups. The City must approve in writing
any alternative coverage.
h} Warkers' compensation insurance policy(s) covering employees shall b�
endorsed with a waiver of subrogatian providing rights of recovery 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 endorsed to provide that such insurance
is primary protection and any self-funded or commercial coverage
mainfained by Ci�y shall not be called upon to contri�ute to loss recovery�.
Tilt Weecker (�
Pagc �i of 12
k) Company shall report, in a timely manner, to City's officially designated
contract administrator any known loss occurrence which could gi�e rise ta
a liability claim or lawsuit or which could result in a property loss.
I) Company's lia�ility shall not be limited to the specifi�d amounts of
insurance reqUired herein.
m) Upon the request of City, Company shall provide compl�t� copi�s of all
insurance policies require� by these contract documents.
5.7 In the e�ent a state or federal law, ruls or regulation pertaining to wrecker
service companies operating within the State of Texas exceed insurance
requirements specified herein, such state or federal law, rule ar regulation shall
prevail for the respective type of insurance coverage andlor limit ther�ofi.
�
DUTIES AND RESPONSIBILITIES OF COMPANY
Company, during the term of this contract, shall perform the following duties
and have the following res�onsibilities:
a) Maintain as ifs primary business the towing of veE�icles ar trailers by
wreckers meeting the requirements of paragraphs �}(a) and 4(b) above.
"Primary business" shall mean that Company receives mor� than fifty per-
cent (5�%) of �t gross revenues from the towing of ve�icles and trailers. All
of company"s records shall be open to reasonable inspection, bo#h at t�te
time of execufion of ihis agreement and afi any time during the term h�;reof,
to verify compliance with this condition.
b) Maintain a currently licensed vehicle storage facility locat�d within the
carporate limits of the City, "Vehicle storage �acility" shall m�an a facility
operated by a persan under Article G687-9a, Revised Statutes.
c) Maintain business operation twenty-four (24) haurs a day, seve� days �er
week.
d} R�spond to all calls contemplated by this contract witnin thirty (30) minutes
of nafification, except in extraordinary sit�ations where delay is caused by
ice, snow, or other weather related conditions. In the event Company fails to
Tilt Wrccl<er 7
Page 7 nf l2
respond as required, City may notify another wrecker campany and
Company shall not be �ntitl�d to the compensation to which it would have
been entitled had it arrived timefy.
e) Maintain on file wifh the City the name of the owr�er, president or chi�f
execufiv� officer, business address and teEephone number; fur�her
Company shalf notify the City of any change of ownership, president or
chief executive officer, ar change of addr�ss within five (5) business days of
any such change.
f) Deliver the motor vehicle being towed to the locat�on witF�in the corporafe
limits af City designated by the police officer af the scene of the pull.
De{i�ery shall be made without dekay or detour.
g} Fully cooperate with any investigafion conducted by the City r�garding
cornplaints against Campany, whether ar not such complaints arise out of
services contemplated by this Cantract.
h} Shall not become delinquent in the paymenf of any taxes due to City.
i) 5hall not go to any accident scene unless the Company has b��n called to
the scene by the owner or operator of a vehicle or an authorized
representative of same, ar by the City.
j} Completely remove alf debris resulting fram any accident �o wl�ich tf�e
Company is responding. Removal� of debris shall not be considered
complete by merely sweeping it to the curblin�.
k) Shall not solicit any wrecker business within the corparate limits of City at
the scene of a wrecked or disabled vehicle, regardless of whether the
solicitation is for t�e purpose of soliciting the busin�ss of towing, repairing,
wrecking, storing, �ra�ing, or purchasing �he vehicle.
I} Sha[1 only �mploy drivers of tow trucks authnrized to operate same.
m)Provide the Police Pound personnel with an invoice a# the time the vehicl�
is delivered to the Auto Paund fiogether with fhe signed wreck�r selection
form to be provided.
Tilt Wrecicer g
Pabe 8 of I 2
- 7.
TERMINATI�N AND SUSPEN510N
7.1 This contract may be terminated or suspended by the City for any of the
following ca�ases:
a) Vialafion af any term or conditian specifi�d in this contracf.
b) Failure to nofiify the Communications Division of the Police Department
within fifteen (� 5} minutes from the time of notification if the Company will
be una6le to respand withi� the thirty (30) minutes allotted for a res�onse fo
a wrecker call.
c) Permitting a tow truck to be operated by anyone while u�der the infiuence
of alcohol andlor drugs.
d) Permit�ing a tow truck to be operated by anyone whose operafor's license
is sus�ended.
�) Transferring or assigning ar�y call for service to any other company
f) Any sustained complaint of theft by personnel of Company while acting in
their capacity as emplayees of Company, whether occtarring during a police
pull or otherwise.
� g) Any sustained compEaint of threats made by personnel of the Company
while acting in their capacity as employees of Company made against third
par#ies during a police pull or otherwise.
h) Failing to comply with ali directions of pofice personnel at the scene of a
palice pull or civifian or police personnef at th� Police Auta Pound.
Company may request a police supervisor to validate any such directian
given.
i) Failure to camply with any state or federal law or ciiy ordinance related ta
the operat�on of a wrecker company.
j) Five (5) passes within a thirty {30) day period. Pass in this paragraph shall
mean Company fail�ng to notify tt�e City of its inability to res�ond to a
request for service as required by �aragraph 2 abov�.
TiIL Wrecicer {�
Page 9 aF 1 z
k) Ten �10) passes within a thirty (3�) day period. Pass in this paragraph
shall mean a Company notifying the City of its inability to respond to a
request fior service as required by paragraph 2 abave.
I} Viofation of any rule or regulation conta�n�d in Exhi�it "A" attached hereto.
7.2 City shall notifiy Company in writing of its intent to terminat� or suspend fior
cause twenty (20) days prior to such suspension or termination. Company shall
have the right ta request a hearing before the Chief of Police or his designee
regarding the intenf to terminate or suspend for cause by requesting a hearing in
writing within fi�e (5) business days after receipt of notic� of intent to terminate ar
susp�nd. A hearing shall be cond�cted within fifteen (15} days of the request for
hearing. The City, in its so{e discretian, may temporarily suspend this contract
�uring any appeal5 process.
7.3 In the event this contract is susp�nded for cause, the suspension shall be
far a period of time of not less than six (G) months nar more than twelve �12}
manths.
7,4 In the e�ent City susp�nds or terminates this contract far cause, and the
cause for such suspension or termination is determined to be invalid, Company's
so{e r�medy shall be reinstatement of ,thi� contract. Company expressly waives
any and all rights to monetary damages, including but not limited to actuaE and
punitiv� damages, court casts and attorney's fees.
8.
INDEMNIFICATION
With regard ta any liability which might arise hereunder, City and Customer
agree that they shall b� sofely and exclusively liable for the neglig�nce of its awn
agents, servants, subcontractors and employees and that neither party shall look
to the ofher party to save or hold ii harmless for the consequences of any
negligence on the park of one of its own agent, servant, subcontractor or
em�loyee. Nothing contained herein shall be construed to be a waiv�r by City of
any right of prot�ction that it enjoys under applicable State or Fed�ra{ faw.
Tilt Wrecker 1 Q
Page l U ot� l2
�
ASSIGNMENT
Company shall nat assign, transfer ar s�blet this Contract or any portion
hereof to any party without the prior written consent of City that shall not be
unreasonably withheld. Any such assignment, transfer or subletting of this
Cantract shall be void and shall operate as a termination f�ereaf.
1Q.
ZONES AND R4TATION LIST
A. City shall di�ide the city into four (4) zones that shall correspand to the four
(4) �atrol divisions. Company shall be assigned to the zone or an adjacent zone in
which it maintains its principa{ place of business.
B. City shall create a rotation list within each of fhe four (4) zones tnat will
dictate the order in which wrecker companies are confacted.
C, C�ty may request Company to conduct a palice pull wit�in any zone, ar�d
Cpmpany agrees to use its �est �fforts to arrive at fhe scene of the police pull
within �hirty (30) minufes.
11.
1NDEPENDENT CONTRACTOR
It is understood and agr�ed by the parties hereto that Company shall
pe�form all wo�k and servic�s hereunder as an independent confractor, and not as
an officer, ager�t, servant or employee of the City. Company shall have exclusive
cantrol of and the exelusive r�ght to control the details of the worlc or service to be
performed hereunder, and all persons p�rforming same on behalf of Company,
and shall be solely responsible for the acts and omissions of its officers, agents,
s�rvants, employees, contractors, subcontractars, licensees and invitees. The
doctrine af respondeat superior shall not apply as between the City and Campany,
its officers, agents, senrants, �mployees, cantractors and subcantractors, and
nothing herein shall be construed as creating a partnership or joint venfure
between the parties hereta. -
In witness whereof, the parties h�r�to �a�e executed this Con�ract on the
� �-�'�. ��y of , 20�3.
Tilt Wreelcer 11
Page 1 I of 12
ATT�ST:
�� ��� ����� -�
�k�lar� Pearson
v Cit Secreta
Y rY
APPROVED A5 TO FORM
AND LEGALITY
G � _ _.
Assistani City Attorney
ATTEST:
/!�• �
or rate Secretary
r
CITY QF -�ORT WO�TH
By: �
'-�ibby W�on
Assistant City Manager
� �i I - ' �� � -��
' i -�
. 1 .
1'S _ ^ � P _ _ P
Con����+� ��utho t �a �ion
� � / `� � . _ �,.�..- -�-�-'
_._. 1���-'°. . .-...�_ •-..
����
West Loop Towina &
Recovery .�''a/C •
(Company Narr�e)
By:
Jud u rd, resident
�itt Wrccker 12
Paga l2 qf l2
; ���,���y�� ,�s,���t ������W�
�U���� ���������
��_ ����� ���, ���.
�
��HIBI'� A
ATJ'I'� POlJl�TD
The fnllowing rirles and regul�tialis will be follawed by ALL Wrecker Comp�t�iies
ti�on ari-iv�l �t the Auto Po�i�id.
1. The entry gate will not be blociced by wrecicers waiting ta enter or exit the Auto
Poui�d.
2. No wrecicer sh��l enter the Auto Pound with more tizai� ane (1) pez-sar�/operator,
unless authorized l�y the o�1 duty sluft su�ervisor. Tlus will be done ou a case by
case basis.
3. For safety reasons, a Car Carrier wi11 be requir�d to off load tlleir cargo when
possiUle. This sl�all be determined Uy lhe on dL�ty supervisor.
4, Il�ventories should !�e handled in an expeditio�is inaiul�r whei� possibl�. Howe�ver,
Auto Po�Gi1d personnel are required to do a can�plete and �recise itaventory of all
property and velucies. A specific time fi�anle wolild Ue unpossible to i�zstitute.
5. Na wrecicer driver/ope�ator will assist with ai-�y ulventory Ueing cor�ducted l�y
AlltO POLillf� jJelS011l1�1.
6. The use of C� Carrie��s, extra tii��e, extra e�uipi��e��t, etc., shall Ue subject to
a��roval by tlle Wrecker Administrator or Auto Pound Supervisor.
7. Wrecicer drivers/aperators/owners shnll be requu ed to follow any directions or
instruciions given by Atito Pouizd persoiinel.
8. Wrecker Coi�lpany �wners sl�all assist and comply with aiiy investigation
pe�foi7iled Uy Aulo Pound persoi�iel or the Fort Wo�'t�� Police Depark�nenl ii�
�•egards to tlleir coinpaily, driver, operator and or business without hesitation.
9, Viaiations of any of tl�e al�ove rules sl�all be suUject to revie�v by the Wrecicer
Administrator oF At�to Pound Supervisor.
Tlie Aufo Pound Su�eivisor or a higher Ievel of command n�ay detezn�ine
disciplinary action up to aiid includiiig teriniiiation of contract.
�ity o, f �'ori Wo�th, Te.�cas
����r a�d ������� ����c�r�;c�t��n
DATE REFERENCE NUMBER LOG NAME PAGE
418I03 �-19544 3�TOWS 1 of 2
SUBJECT SUPPLEMENTAL APPROPRIATION ORDINANCE AND GONTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FR4M MIJLTfPLE
VENDORS REQUIRED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT __
REC�MMENDATION:
It is recammended that the City Council;
1. Authorize confracts far Palice Department reguested non-consent towing of vwrec�Ced or abandon�d
vehicles from multiple vendors as re�uired� by Section 34-181 af the Code of the City of Fort Worth
(1986), as amended; and
2. Aufhorize the contrac#s to �egin April 8, 2QQ3, and expire September 30, 2�03, with options ta
renew for four additional one-year periods; and
3. Adopt the attached supplemental appropriation ordinance increasing esfimated receipts and
appropriations by $446,944 in t�e General �'�nd from a�ailable funds.
DISCUSSION:
Section 34-181 af the Cade af the City of For� Worth (1986), as amended, required fihat all police
department, non-consent taws, shall be undertaken pursuant to contract, specifically executed between
the City and a wrecker company. The Public Safety Gommittee extansiv�ly rev��wed the new rates and
unanimously appro�ed this recamm�ndation an March 25, 2003.
There are three types afi contracts and rates as follaws:
0 5tandard tow #rucfcs $1 p0
o Tilt bedlrollbac� tow truc�Cs $125
• Tandem tow truc�Cs $180
Contracts wi�l be executed with any ver�dor desiring to pertorm non-consent tows for the Police
Department, if they meet tE�e contraet requirement� such as towing o�eratinns being the �endars
primary business, equipment specEfications, �nsurance, and a locally ficensed storage facility.
The fees for services ta be pro�ided a�d assignment to one af fo�r zanes are the same as confained by
City Cade. The es�imat�d expenditure for fhese services is $1.8 miliion per year including t�e
anticipated increase (of $446,944) for the remainder of the fiscal year based an the revised rates. This
increase wi�l be offset by re�enue collected as fees.
RENEWAL OPTIONS - These contracts may be r�newed for up #o 'four successive one-year terms at
t�e Ci#y's option. This action does not require specific City Council appro�al pra�id�d the Gi#y Gauncil
C`ity of �ort Wo�t�i, �'exas
�yar ��d ���r���l �������������
DAT� REFERENCE NUMBER LOG NAM� PAG�
418103 �_� 9�t�� 35TOWS 2 flf 2
SUBJ�CT SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS FOR N�N-
CONSENT TOWING OF WRECKED OR ABANDONE� VEH[CLES FROM MUL.TfPLE
VENDORS REQU{RED BY CITY ORD�IVANCE FOR THE P�L[CE DEPARTMENT
has appropriated sufficient funds to satisfy the City's o�ligaiian during the renewa� term.
FiSCAL INFORMATION/CERTIFICATION:
The Finance Director certifies thai u�on appro�al and campletion af the aboue racommendations and
the adoption o'f the attached supplemental appropriation ordinance, funds will be a�ailable in the current
operating budget, as a�propriated, of fhe General Fund.
LW:r
5ubrnitted for City Manager's
Office by:
Lihby Watson
Originating Department Head:
lZa]ph Mendoza
Additional Informatian Contact:
Susan Alanis
� E`U1�D � ACCOUNT
I (to)
I GGO'! 539126
6183 GGO'! 462624
�
48386 I (from)
GGQ9 53912a
�
78262 �
CENTER � AMOUNT
0353403 $448,944.0�
0353403 $446,944.0�
0353403 $446,944A0
CITY SECRETARY
�1I'PRQVED Q4/08/03
ORD.� 15517