HomeMy WebLinkAboutContract 28616r
� ��
�'s''Y ��CR��'/4fiY j ��
— µ ' UC��!"��R�k�T l�.
CO�ITRACT �OR TOW TRUCK SERVIGE
(STANDARD SERVICE)
WHEREAS, the City of Fort Worth occasionally requires the services of
tow trucks; and
WHEREAS, such tow truck services are necess�ry ta protect the safefy of
the citizens of the City of Fort Wor#h,
N4W, THERE�4RE, KNOW ALL BY THESE PRESENTS:
The City of Fork Workh, hereinafter r�ferred to as "City", acting herein by
and through Libby Watson, its duly authorized Assisfan# City Manager, and
James Revnolds Individuallv Owned and dba Narmans Wrecker SECVIC�,
1�ereinaftsr ref�rred to as "Company", acting herein by and through James
Revnolds, its duly �uthorized Owner, agree as follows:
�.
SERVICES
City hereby cantracts w�th Company to pro�ide police pull towing service.
As used herein, "palice pull" shall mean thaf the Fart Worth Police De�artment
has c�lled Company fram the rotation list fo either remove a wr�cked or disabled
vehicle or to remove a vehicle in a safe driving condition, but the awner is not
present, able or permitted to drive or to make author�zatians.
2.
TERM �
The initial term of fnis corr�ract shall c:xp�re on September 30, 2003. ln
addition to th� initial term of this contract, there shall be four options to renew for
t�rms of on� year each, un[ess eariier t�rminated as h�reinafter provided.
Renewal shall accur upon City including in its budget for the options years
sufficient funds to pay for its obligatians hereunder and Company providing proaf
of insurance to City.
3.
COMPENSATION
3.1 Comqensatian. As compensafion for providing fhe services
eant�mplated by this Contract, City agr�es to pay Company as fol�qw��-
����
V�fl�� �)�VI��YWh�U
� �] E!F
� �� '�'"���� � ���,
��_ �
a) Towaqe. A charge of ane hundred pollars {$10�,04) for towing such veF�icle
from one point on a s#reet to another loeatian wifhin the corporate limits of the
city as directed by tne police departmen� at th� place where tne taw
origina�ed; such charge includ�s on�-half hoUr of exfra work.
b� Second tow truck. 1n the e�ent the police officer at th� scene �etermines
that a second tow truck is required, a charge of One hundred doffars
($1Q0.00) per hour, with a minimum charge af one hour, billed in increments
af fiftesn (15) minut�s while at the scene of the police pu1f. A police
supervisor shafi approve the use af a second tow truck. Travel time is
�xcluded.
c) Extra work. An additional charge of one hundred dollars ($�00.00} �er
hour, with a minimum charge of one hour, cnarged in increments of fifteen
(15) mintates, far removing v�hicles thaf are off the street right-of-way, such
c�arge to be made from the time the operator begins to remove the vehicle
unt9{ i# is on fhe traveled �Qrtion of the street. Even though the vehicle is
within the str�;et right-of-way, an additiona{ charge may be made if the vehicle
is located in some unusual condit�on within the right-of-way, such as, but not
limited ta, a river or a creek bed or a ditch of greater depth than the ordinary
bar ditch. Extra wark shal{ oniy be allowed when autharized by a police officer
� at the scen� af the pufl. The charges for such e�ctra work shal! be reviewed
and approved by the Auto Paund Wr�cker Administrator. Extra wark
� excludes travef time, waiting t9me and clean-up time.
I d) Use of a dollv. No additional fee sha11 be charged for fhe us� af a doll .
Y
, e} Handlinq hazardaus materials. When the cargo of any mafor vehicle or
trailer �ncludes expfosive, n�cfear, racfioactive, hazardous or corrosi�e
materials, as d�fined by the Envir4nmental Protection Agency, Texas
Department of Transpartafion, or fhe Texas Commission on Enviranmental
, Quality, a fes equal to one hundred-fifty (150j percent of the charges wF�ich
may be assessed pursuant fo subparagraph "a" al�ove. In addifion, a charge
may be made far ex�enses incurre� related to protective clothing and any
5ta»dard Wrecker 2
Yage Z a!' 1 Z
t
r
ather supplies or equipment used in har+dling such materials, such charge
being equal to the actua{ amounts incurred plus fifteen (15) percent.
f} Nothing cont�ined herein shalf be construed so as to obligate City ta expend
any sums of money. Further, noihing contained herein shal! be construed sa
as to guarantee ta Campany that City will cdn�act C�mpany for any tawing
services contemplated by this Cantract.
3.2 {nvoicina and Pavment. Company shail fr�vQic� City once per mon#h.
Campany shall inciude with �he invoice sucf� documents as may be reasonably
requested to provide evidenee of the services provided fo the City, which at a
minimum shall includ� copies of the wrecker selection form signed by the officer
af the scene of the po{ice �u{1 andlor �aersonnel at the Fort Wo�n Auta Pound.
Such in�oice shall be subject to the review and approval of appropriate City
personnel. City shal{ rem�t paymer�t to Company not more than thirky (30) days
following approvai of invoice.
3.3 Compensatiar+ Revi�w. City shall review on an annual basis the
compensation provided for hereunder, with the first such review to be conducted
during the month of August 2003. 5imilar reviews shall occur in Aug�st af each
succeeding year that this contract is in effect. City shal{ ma6ce ad�ustments in the
compensation based upon increases or decre�ases in the cosi of dang business,
taking into eonsideration fuel, insurance, labar, and such other casts as may be
relevant to the vperation ofi a towing business.
4.
VEHiCLE AND EQUIPMENT REQUfREMENTS
Company sha11 maintain at all times the following �ehicles and equipme�t
in working candition:
a) A minimum of two (2} wreckers, one of which sh�l1 be nat less tF�an 1�,000
pounds gross vehicle weight and one of which shalf be not less than 10,000
pound� gross vehicle weight, dual rear wl�eels, equippeci with a hydraulic
operated winch, winch lines, and a boam rated at not less thar� 5,000 pound
lifi capacity and a wheel lift device rated at not less than 2,500 pounds.
5tandurd Wreeker
Pago3oflZ
�
b} Ai a minimum, ail wreck�:rs shal! be equipped with fhe falloerving equipment,
which at all times shall be maintained in working order:
1)
2�
3)
4}
5)
6)
7)
8}
9}
10}
11)
�2)
�3)
14)
Tow bar
Towing ligF�ts
Emergency overhead warning lights (red ar am�er co{ar only)
Safety chain
Fire extinguisher, A.B.C. Type
W recking bar
Braom
Ax
Shovel
I�eflectors or traffic cones
Trash container
Two way voice or computer communication betweer� tow truck
and Company dis�atcher
Backing warning signal
Wheel chocks
c} Each wrecker shall ha�e the identifying markings required by the Texas
Transportation Code, section 642.002. In addition, each wrecker shall provide
Notice of Complaint Proeedures �o the owner of a towed �ehicle as outlined by
the Texas Departrrment of Transportation Rules and Regulations as contained in
43 Texas Admir�istrative Cade, Ct�apter 18, subchapter 18.89, as same may be
arnended from time to time.
d) Each tow truck and the required equipment shall be inspected by the
Chief of Police or his autharized designee prior to being used for services
contemplated by this contract. In addition, each tow truck and the requir�d
equipm�nt shall be subject to intermittent inspectivn to assur� compliance with
ff�is contract.
5tandard Wrecker t�
Pa$e 4 vf 12
�
INSURANCE REQUIREMENTS
Company shail mainta�n insurance from i�surers acceptabfe ta City nf the
following types and amounts:
5,1 Gommerc�al General Liability
$500,�Ofl each occurrenc�
$50fl,OD0 aggregate
ar
Carage L.iability
$500,a00 each accident, other than auto
$500,DOQ aggregate
5.2 Autamobile Liability
��aa,000 each accident, combined s�ngle {imit
This cov�rage shali include all vehicles owned or nan-awned that a�e
operating under Company's operating authority.
5.3 CargolOn�Hook
$30,OOa per unit
Coverage shall inclUde both the unit being �owed and its contents.
Units covered .shaN include but not be limited to motor v�hieles,
trailers and boats. Cov�rage sha�l b� written on a direct primary
basis.
5,4 GARAG�K�EP�R'S �1ABl�.1TY
$30,Da0 per unit
�, 5.5 Wor�cer's CampensationlAccident lnsurance
Caverage shall meet the minimum requirements of state law as con-
�� tained in th� Motar Carrier R�ales and Regulations.
�
� 5,6 Currertt insurance certificates snall remain on file with the City during the
� ferm of this Contract. lnsurance coverage may, at the sole discretion of the City,
b� revised upward upon thirky (30} days prior written r+atice to Compar+y. Policies
shall be endorsed as follows:
Standard Wrecker �
E�age 5 of l2
,
a} Tfi�e City, its officers, emplayees and servants shall be endorsed as an
additional insured on all policies except employer's liability insurance
coverage under the workers' compensation insurance policy.
b) Certificates of insurance shall be deli�ered to the supervisor of t�te City of
Far� Worth Auto Pound, 1301 E. Nar�fi�side Drive, Fort Worth, T?C 761Q2, prior
ta any warlc being performed under this contract.
c) Any failure on part of the City ta request required insurance
documentation shal[ not constitute a waiver of the insuranee requirements
specified herein. •
d} Each insurance palicy shall be endarsed to pro�ide the City a minimum
thirty days nofice ofi canceliat�on, non-renewaf, andlor material chang� in
policy terms or coverage. A t�n days notice shall be acceptable in the e�ent
of non-payment of premium.
e} Insurers must be authorized to do business in the State of Texas and
have a c�rrent A.M. Best rating of A: Vll or equi�aler�f ineasure of financial
j strength and solvency.
f
f) Deductible limits, or self-funded retention limi#s, on each policy must nat
�
exceed $10,QQO.OQ per occurrence unless atherwise approved by the City.
�
, g} Other than worker's compensation insuranc�, in lieu of traditional insurance,
City may consider alternative caverage or risk treatment measures through
1 insurance pools or risk rete�tion groups. The City must appro�e in writing any
alternati�e coverage.
h) Workers' compensation insurance policy(s� coverir�g employe�s shall be
endorsed with a wai�rer of subrogation praviding rights of recovery in favor of
th� City.
i) Cify shall nat be responsible far the direet payment of insurance premium
costs.
j} Insurance policies shal{ each be endarsed to provide that such insurance
is primary protection and any self-funded or commercial coverage maintained
by City shall nat be called upon to cantribute ta loss recovery.
Standard Wrecker
f'age G af l2
�
/ 1
k) Company shalf repart, in a timefy manner, to City's officiafly designated
contract administrator any known foss occurrence which could give rise to a
liability claim or lawsuit or which could result in a properiy loss.
I} Company's liability shail r�ot b� limited to the spe�ifie�l amoun�s af
in�urance required herein.
m) Upon the request of City, Company �hal! provide complete copies of afl
insurance policies r�quired by these c�ntract documents.
5.7 in the avent a sfate or federal law, rule or regufafion �erkaining to wreck�r
serv�ce campanies operating within the State of Texas exceed insurance
requirem�nts specifi�d herein, such state or federaf law, rule or regulation shall
prevail for the respective type of insuranee coverage andlor fimit thereof.
6.
DUTIES AND RESPQNSIBlL1TIES aF CbMPANY
Company, during the t�rm of this contract, shal! perfarm the �ollowing duties
and have the following responsibilities:
� a Mainta�n as its
) primary business t�e towir�g of vehicfes or trailers �y
wreckers m�eting the requirements af paragraphs 4(a) and 4(�) abave.
�
"Primary �usiness" shalf inean �hat Company receives more than fifty per-cent
1
, (54%) af it gross revenues fram the towing of �ehicles and trailers. AH of
company's records shall be open to reasor�able inspectian, bath at the time of
� execution af this ag�eement and at any time �uring the term hereof, ta verify
��
compliance with this condition.
b) Maintain a currently licensed vehicfe storage facility located within the
corporate limits of the City. "Vehicl� storage facility" shalf inean a faciiity
operated by a person iicensed under Article 6687-9a, Revised Statutes.
c) Maintain business operation twenty-four (24) hours a day, seven days pe�
week,
� d} Respond to all calls contemplated by this contract within fhir�y (3a) minutes
1 afi notification, �xcept in extraordinary situatians where delay is caus�d by ice,
� snow or other weather related conditions. In the �vent Company fails to
i
respond as required, City may no#ify anoiher wrecker company and Company
I'
� 5landard Wrecker
Pa�e 7 of I2
I
�
sF�all not be �ntitled to the compensation to whieh it would have been entitled
had it arrived timely.
e) Ma�ntain on file with the City the name afi the owner, president or chief
ex�cutiv� officer, business addr�ss, a�d telephone number; fur�her, Com�any
shal{ notify the City of any change of ownership, president or chief executive
officer, or change �f address within five {5) business days of any such change.
f) Deliver the motor vehicle being towed ta the locatian within the corporate
limits of Gity designated by the police officer at the scene ofi the pull. Deliuery
shall be made without deiay ar detour.
g} Fui1y caoperate with any investigation conducted by the City regarding
complaints against Company, whefher or not such complaints arise out of
�ervices cont�mplated by this Contract.
h) Shall nat b�come delinquent in the �ayment of any taxes due #o City.
i) Shall not go to any accident scene unlsss the Company has been called ta
the scene by the ow�er ar operator of a vehicl� ar an authorized representatrve
af same, or by the City.
j) Completeiy remove all debris resulting from any accident to which the
Gompany is respondirtg. Removal of debris shall not be cnnsidered complete
by merely sweeping it to the curbline.
k) Shail not saficit any wrecker bt�siness r,vithin the carporate limits of City at
the scene of a wreck�d or disabled vehicl�, regardless of whether tF�e
sol�cifation is far the purpase of soliciting the business of fowing, r�pairing,
wrecking, storing, trading, or purchasing the vehicle.
l) Sha{I on{y employ drivers of tow trucks authorized ta op�rate same.
m) Provide the Police Pound personnel with an invoice at the time the vehicle
is deiivered to fhe Auto Paund together with the signed wrecker selection form
to be provided.
r.
TERM1NATlON AND SUSPENSION
7.9 This cantract may be terminated ar suspended by Ci#y for any of the
folfowirig causes:
S1and¢rd Wreckcr 8
Page 8 af 12
�
a} Viofaiion of any term andlor condit�an sp�cified in fhis contract.
bj Faifure to notify the Cammunications Di�isian af the Palice Department
within fiifteen (15) minutes from the time of natification if the Company wi{I
be unab{e to respond within the thirty (3fl} minutes allotted for a response to
a call for wrecker service.
c) Permitting a tow truck to �e operated by anyone while under the influence
af alcohol andlor drugs.
d) Perrnitting a tow truck to be operated by anyone whose operator's license is
suspended.
e) Transferring or assigning any call for service to any ainer company
f� Any sustaineci complaint of theft by personnel of Company while acting in
their capacity as emplayees af Com�any, whether occurring during a police
pu1{ or athenrvis�.
g) Any sustained complaint of threats made by personnel af the Company
while acfing in their capacity as employees of Company mad� against tt�ird
parties during a police pull or athennrise.
h} Failing to comply with al! directions of poliee persannel at the scene of a
police p�fl or civilia� employee afi tne Police Pound, Cornpany may requast
a polic�; supervisor to validate any such direction given.
i) Five {5} passes within a thirty (3fl) day period, Pass ir� this paragraph shaCl
mea� Company faifing to notifjr the City of iis inability to respond io a
rec{uest for service as required by paragraph 2 above.
j) Ten (10) passes within a thirty (30) day periad, Pass ir� this paragraph sha11
mean a Company notifying the City af its inability ta respond ta a request for
service as required by paragraph 2 above.
k) Vialation af any rufe or regu{ation contained in Exhibit "A" attached her�ta.
I} Faiiure to comply with any sfate or federal law ar city o�dinance related to
the operation of a wrecker company.
7.2 City shall notify Company in writing of its intent fo terminate or sus�end far
cause twenty (20} c�ays prior to such suspension or t�rmination. Company shall
have #he right to request a hearir�g before the Chief of Palice or his designe�
5tpndard Wrecker �
Page 9 of� 12
regarding the intent to terminate or suspend for cause by requesting a hearing in
writing wiihin five {5} business days after receipt of nofiice of intent to terminate or
suspend. A nearing shall be conduct�� within fiifteer� (15) days of the request for
hearing. The City, in its sole discrefion, may temporarily suspend this contract
during any ap�eals proces�.
7.3 ln the event fihis contract is suspended for cause, the suspens�on sh�ll be
for a period of time of not less tha� six (6) monti�s nor more than tw�lve {12)
months.
7.4 In the avent City susper�ds or terminates this contract for cause, and the
caus� for such suspension or termination is determined to be invalid, Company's
sole r�medy shall be reir�statement of this contraci. Company express[y wai�es
any and all rights to monefary damages, including but not limitad to actual and
punitive damages, court costs and attarney's fees.
8.
INDEMNlFICATION
With regard ia any liabi{ity which might arise hereun�er, City and Company
agree that they shall be solely and exclusively liable for th� negligence of its own
agents, servants, subcontractors and employees and that neitner parky shall look
to the ather party to save or hold if harmless for the consequences of any
negligence on the part of nne of its own age�t, servant, subcontractar or
emplayee. Nothing contained herein shall b� construed to be a waiver by City of
any right of protection that it enjoys under a�plicable State or Federal faw.
9.
ASSIGNMENT
Company shall not assign, transfer or sublet this Contract or any portion
hereof to any party wifhout the prior written consent of City that shai! no� be
unreasanably withheld, Any such assignmenf, transfer or subletting af this
C�ntract without the consent o� the City shall be void and shall operate as a
termination hereo#.
Standa��d Wi�ecicer 10
Page 10 oF 12
�o.
ZONES AND ROTATiON LIST
10.1 City shall divide the city into four (4) zones that shall correspond to the four
(4) patroi �i�isions. Company shafl be ass�gned to the zone or an adjacent zone in
which it maintains its prirtcipal p�ace of b�siness.
�0.2 City shall create a rotation list within each of the four (4) zones that wi�l
dictaie the order in which wrecker companies are contacted.
10.3 City may request Company to conduct a police pull within any zone, and
Company agrees to use its best efForts to arrive at fhe scene of the police tow
within thirty (30) minutes.
1�.
1NDEPENDENT C4NTRAGTOR
lt is understood and agreed by the parties hereto that Company shall
perform all work and s�rvices hereunder as an independent contractnr, and not as
an officer, agent, servant or employse of the City. Cam�any shal! have exclusive
control of and the exclusive right to control the details of the work or service to be
performed her�under, and all persons performing same on behalf of Company,
and shall f�e solely responsible for the acts and omissions of its officers, agents,
servants, employees, confractors, subcontractars, licensees and in�itees. The
doctrine of respondeat superior shall not apply as between the City and Company,
its officers, agents, servants, �mployees, contractors and subcontractors, and
nothing herein shall be construed as creating a�artnership ar joint venture
between the parkies hereto.
5tandard Wrecker � �
Page I 1 af 12
� �
In witness wi�ereof, the parties hereto have executed this Contract on the ����`
day of i , 2C�. , f
ATTEST: C,�--Ty,�ORT WU�iTH
�� �C��7,�-P� ._ �Y� � �t� ��
G[ari Pearson �ibby �tson
City Secretary Assistant City Manager
APPROVED AS T� FORM
AND LEGALITY
%�
Assistant City Attorne�
ATTEST:
Corporate Secretary
� � � � � ,��
Cpnt�ac� uthor�zation
e �� . � � � Fi 4 � , . . _
aate
James Rev�olds
Individuallv Owned and
�ba Normans Wrecker
S�;rvice
(Company Name}
By: .
J s Reynolds, Owner
Standard Wrecker 12
Page 12 oF 12
�.� � 41� u
: ai� � ����
������ �
���� ����
Tl�e following qules a�ci ��egulatio9is will bc fofIowed by AY�L �Vi•ecker Companies
�pon ai•rival ai tl�e Auto Pound.
1. The e��.�ry gate will not be blo�lced hy wrecicers waiting to enter or exit the Auta
Pnu�xd.
2. No wrecicer shall eriter tlle Auto Pound. with mor� tl�aa� ane (1) person/operator,
ui�less auillorized I�y the on duty shift super�isor, Tk�is wi11 be done oii a cas� by
case basis.
3. For safety reasons, a C� Carrier will be required ta off load their cargo when
po�sible. This shall b� dete��cnined by the ta�� dtirty supervisor.
4. In�entories slaould be ha�.ldled i11 azl expeditious manner wl�en passi]ale. However,
Auta Poiu�d persoi�lel are required to do a complete and precise iizventoiy af all
property and veliicles. A specific �ii71� fran�e would be impossible to institute.
5. No wrecl�er driverio�erator wi11 assist wi�h a.�1y inventary being co��ducted by
ALito Pound �e�soi�uiel.
b. Tl1e Ltse of Car Caaz-iers, ext��a time, extra eqt�ip���ent, etc., shall i�e subj ect to
��?pPOVill �� t�7e WFeCI�EP AC11TW115tia.t0�` OT Alltp POlillC� Sll�7�T'H150T.
7. Wrecicer drivers/operatorslow�zers sha]1 Ue required ta follow any directions or
instrttctions give�i Uy AL�to Pound persoru�el.
8. Wrecicer Coznpai�y Owi�ers shall assist and comply vwith aizy investigation
perfoi7nad by Auto Potuld perso�inel or the Fort Woi-th Police Depa�-�ment in
rega.rds to their colnpauy, dz-iver, operator and or business without hasitation.
9. ViolatiQi�s of any of the above rules sllall be stiibjeci to z�view Uy tlle Wrectter
Adiniiustrator or Azrto Pound Super�visar.
The Auto Po�ind Supervisor or a IZigher level of cominand inay dete�ziiine
disciplinary actia�l up to aild inchidi�lg ten�zii�atioil of co��tract.
City of'.�'o�t �o�t1�p T'�as
� �� ��d ����;� �,������������
y �
�AT� REFERENCE NUMBEI� L�G NAM� PAGE
4181Q3 Ca19�4� I 3�TOWs 1 of 2
suB.��cT SUPPLEMENTAL APPROPRIATI�N �RDINANCE AND CONTRACTS F�R NON-
CONS�NT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VENDORS REQUIRED BY CiTY 4RDINA�JCE FOR THE POLICE DEPARTMENT
RECOMMENDATION:
It is recommended that the Ciiy Council:
Authorize contracts for Police Depariment requested non-cons�nt towing of wrecked ar abandoned
vehicles from multipfe rrendors as required by Sec#ion 34-181 of the Code of the City of Fart Worth
(� 986}, as amended; and
2. Authorize the contracts to begin April 8, 2003, and expire 5eptember 3D, 2003, with options io
renew for four additional one-year periods; and
� 3. Adopt the attached supplemental appropriation ordinanc� increasing estima#ed receipts and
appropriations hy $446,94� in the Generaf Fund ftom available fUnds.
DISCUSSION:
Section 34-181 ofi the Cade of the City af Fort Vllorth ('1986}, as amended, required that all pollce
ciepartment, non-consenf tows, shall be undertaken pursuant io contract, specifically execut�d between
the City and a wrecker company. Tt�e Public Safety Carnmittee extensively re�iewed the new rates and
urtanimously appraved tt�is recommendation on March 2�, 2003.
, There are #hree types of con#racts and rates as fiollaws:
• Standard tow trucks $� ��
� Tilt bedlrol[back taw trucks $125
� Tar�dem taw truc�Cs $'� �d
Cantracfs will be executed with any vendor desiring to pertorm non-cor�sent taws for the Police
Depa�tment, if they m��t the contract requirements such as towing operations being �he vendors
primary busine�s, equipment specifications, irtsurance, and a locafly licensed storage facifity.
The fees for services to be pro�ided and assignment to one nf four zanes are the same as cvniained �y
Cifiy Code. The estimated expenditure for th�se services is $1.8 rr►illion per year includir�g the
anticipated increase (of $446,944) for the remainder af the fiscal year based on the reuised rates. This
increase will be vffset by re�enue callected as �ees.
RENEWAL OPTEONS - These contracts may be renewed for up to four successive one-year terms at
the City's option. This action does not require specific City� Cauncil approval provided ti�e City Caunci!
�`ity of �'o�t Worth, T'eacas
���r �nd ��c�nci� ��r�����c�t��n
DAT� R�FEF:�NCE NUME3�R L�G NAME PAGE
aisro3 �-� g��4 I �sTows � of z
SUBJECT SUPPLEMENTAL APPROPRIATION ORDWANCE AND CONTRACTS FOR NON-
C�NSENT T�WING OF V!lRECKED OR A�ANDON�D VEHICLES FROM MULTIPLE
VENDORS REQUIRED BY CITY ORDfNANCE FOR THE POLkCE DEPARTMENT
has appropriated sufFicier�t funds ta satisfy the City's obligation during the renewal term.
FkSCAi. INF4RMATi0N10ERT�FICATION:
The Finance Direcfior cert�fies that upon �ap�ro�al and comple#ian of the abo�e recammendations and
the a�aption of the attache� supplemental appropriation ordinance, funds will be a�ailable in the current
aperating budget, as appropriated, af the General Fund.
LW: r
Submitted for City ManAger's
Office by:
Lihby Watson
Originating Department Head:
Italph Mendaza
Additional rnformation Cuntact:
5ttsan Afanis
I FUND I ACCOUNT I C�NTER
� {ia)
� GG01 539120 a353403
5183 I GG01 46282�4 0353403
48386 I (from)
GG01 539120 0353403
I
�sz�z �
. AM�UIVT
$446,944.00
$�446,944.Q0
$446, 944.00
CITY SECR�TARY
APPROVED q41�8/03
QRD.# 15S 17
1
1
l