HomeMy WebLinkAboutContract 28617} � �✓]�` ! ���q.I����� ■ Y ��q✓
� I 1 . ������ M� � �` �
a_'�
GONTRACT FOR T�W TRUCK SERVICE
(TILT BEDIROLL BACK)
WHEREAS, the City of Fort Worth occasion�lly requires fhe servic�s of
tow trucks; and
WHEREAS, such tow truck services are necessary to protect the safety of
the citiz�ns of the City of �ort Worth,
NOW, THEREF'ORE, KNOW ALL BY THESE PRESENTS:
The City ofi Fort Worth, hereinafter referred to as "City", acting herein by
and througE� Libby Wafson, its duly aut�arized Assistant City Manager, and
James Revnafds Ind�viduallv Owned and dba Normans Wrecker Service,
hereinafiter referred to as "Company", aciing herein by and through James
Revnolds, its duly auti�orized Owner� agree as follows:
1.
SERVICES
City hereby contracts with Company to provide palice pull �owing service.
As used herein, "police pu11" shall mean ihat ihe Fort Wor�h Police Departmenfi
has called Company from the rotation list to �ither remove a wrecked or disabied
vehicle or to remove a vehicle in a safe driving condi�ion, but the owner is not
present, abl� or permitted to drive ar fo make authorizations.
2.
TERM
Tne initial term of this contract shall ex�ire on September 3Q, 2003. ln
addition to fhe initial term of fhis contract, there shall be four optians to renew for
terms of one year each, un[ess earlier terminated as hereinafter �ravided.
Renewal shall occur upon City including in its budget for fh� options years
sufficient funds to pay for its obligations hereunder and Company prov�ding proof
of insurance to City.
3.
COMPENSATION
3.1 Compensation. As compensati�n for providing the servi��— _
contemplated by this Contract, City agrees to pay Company as follc�v�; ..��
� ����
� i��, ' ���,
a) Towage__. A charge of one hundr�d twenfy five dollars {$125,Q0) for towing
such �ehicle from one point on a sfreet to anotf��r loca�ion within ti�e
corporate fimits of the city as directed by the poCice officer at the place wher�
the tow originated; such charge inclu�es one-nalf hour of Extra Work. In the
event Company responds to the scene of a police pu�l with a tilt bedlroll back
truck when the police pull could have been accomplished with a standard tow
truck, Company shall be entiiled to the red�ced charge of One hundred
dollars ($100.00�.
b) Second tow vehicle. In the event the police officer at the scene determines
that a standard tow vehicle is required in addition to the tilf bedlroll back
�ruck, a ci�arge of One hundred Dollars {$�00.00) per hour, with a minimum
charge of one hour, billed in increments of fifteen (15) minutes while at the
scene of the police pufl. A police supervisor shall approve the use of a
seco�d tow truck. Travel time is excluded.
c) Extra wark. An additional charge of One hundred doilars ($100.00} per
hour, with a minimum charge of one hour, charged in increments of fifteen
(15) min�tes, for removing vehicles that are off the street right-of-way, such
charge to be made from the time the operator begins to remove the vehicle
until it is on the traveled portion of the street. E�en though i�e vet�icle is
within the street right-of-way, an additional char�e may be made if th� vehicle
is located in some unusual condifion within the right-of-way, sucf� as, but not
limited to, a ri�er or a creek bed or a ditch of greater depth than the ordinary
bar ditch. Extra work shall only be allowed when aut�orized by a police officer
af the scene af fhe pull. The cl�arges for such extra wark shall be reviewed
and approved by the Auto Pound Wrecker Administrator. Extra work
excludes travel time, waiting fime, and clean-up time.
�} Handlinq hazardous materiafs. When the cargo of any motor vehicle or
frailer includes explosive, nucfear, radiaacti�e, hazardous or corrosi�e
- materials, as defined by the Environmental Protection Agency, Texas
Department of Transpartatian, or the Texas Commission on Environmental
Quality, a fee equal to ane hundred-fifty �15�) percertt of the charges
Tilt Wrecicer 2
Page 2 of 12
permifted under subparagraph "a" above. [n addition, a charge may be made
for expenses incurred related ta protective clatning and a�y other sup�lies or
equi�ment used in handling such materials, such charge being equal to the
actual amounts incurred plus fifteen (15) percent.
e} Nothing contained herein sha11 be construed so as to obligat� Cify to expend
any sums of money except far wark actually perform�d. Further, nothing
eontained herein shall be construed so as to guarantee thai City will cortfact
Company for any towing service contemplated by this Contracf.
3.2 Invoicinq and Pavment. Company sha11 Invoice Cify once pe� month.
Company shall include with th� invoice such dacuments as may be reasonably
requeste� to pro�ide evid�nce of the services provided to the City, which at a
minimurn sha[I include copi�s of the wrecker selection form signed by the officer
at the scene of the pofice pull andlor p�rsonnel at the Fort Worth Auto Paund.
Such invoice shall be subject #o the review and appro�al of appropriate City
personnel. City shall remit payment to Company not more than thirty (3a) days
following approval of in�oice.
3.3 Compens�tion Review. City shal[ review on an annual basis the
compensaiion �rovided for hereunder, with the first such review #o be conduc#ed
dur[ng the month of August 2003. Similar revi�ws shafl accur in August o� each
succ��ding year that this cor�tract is in effect. City shall make adjustments in the
compensation based upon increases or decreases in the cost of doing business,
taking into consideration fu�l, insurance, la�ar, and such other costs as may be
rele�ant to the operation of a towing business.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Cam�any sl�all maintain at all times the following vehicles and equipment
�n working c�ndition:
a) A min�mum of one {1) tilt �edlroll back dual r�ar wheel wrecker rated at not
less than 14,OOD pounds gross vehicle weight.
b) At a minimum, all wreckers shall be equipped with tne following equipment,
which at all fimes shal� be maintained in working arder:
Tilt Wrecker
!'age 3 of { 2
3
! 1
1)
2}
3}
4)
5)
6)
7)
8)
9)
�Q)
11)
12)
13)
14)
� 5}
Taw bar
Towing lights
Em�rgency ov�r[�ead warning lights (red or amber color only}
Safety chain
�ire extinguisher, A.B,C. Type
Wreeking bar
Broom
Ax
Shavel
Reflectors or traffic cones
Trash contair�er
Two way voice or computer communication between tow �ruck and
Company dispatcher
Backing warning signals
W heel chocks
Traffic cones
c) EacF� wrecker shall have the identifying markings required by the Texas
Transpartation Co�e, section 642.002. In addition, each wrecfcer shall provide
Notice of Complaint Procedures to the owner of a towed vehicle as outlined by
fhe Texas Department of Trans�ortation Rules and Regulatians as cantained in
43 Texas Administrative Code, Chapter 18, subchapt�r � 8.89, as same may be
amended from time to time.
d) Each taw truck and the required equipment shall be inspected �y the Chief of
Police or his authorized designee prior to being used far services cantemplated
by this contract. In addition, each tow trucCc and the required equipment shalf be
subject ta int�rmittent inspection ta assure compliance with #his contract.
Tilt Wrecker 4
Page 4 of V 2
:'�
1NSURANCE REQUIREMENTS
Company shall mai�tain insurance of the following types and amounfs from
insurers acce�table fo the City:
5.1 Commercia[ Ceneral Liability
$500,000 each occurrence
$SDO,aQQ aggregate
or
Carage Liab'rlity
$500,000 each accident, other than aufio
$500,00� aggregate
5.2 Auiomobile Liability
$SQO,QDO each accident, combined single limit
This coverage shall include all vehicles owned or non-owned that are
operating under Cam�any's aperating autharity.
5.3 Cargol�n-Hook
$30,000 per unit
Coverage shall include bath th� unit being towed and its contents.
Units covered shall include but not be limited to motor vehicles,
trailers and boats. Coverage shal� be written on a direct primary
basis. �
5.4 GARACEKE�P�R'S LIABILITY
$30,OQ0 �er �nit
5.5 Worker's CompensationlAccident Insurance
Coverage shall meet the minimum re�uirements of state faw as con-
tained in the Motor Carrier Ru[es and Regulations.
5.6 Current insurance cer�ifiicates shall remair� on file with the City during the
t�rm of this Contract. {nsurance coverage may, at the sole discretion ofi the City,
b� rev�s�d Upward upon thirty (30) days prior written notice ta Com�any. Palicies
s�all b� �ndorsed as fallovvs:
Tih Wrecice��
Page 5 of l2
E
� ,
a) The City, its afficers, employees and servants shall be endorsed as an
additional insured on all policies �xce�t employer's Iiability insurar�ce
coverag� under ti�e workers' compensation insurance policy.
b) Certificates of insurance sha{I be delivered to the supervisor of the City of
Fort Worth Auto Paund, 13a1 E, Northside Drive, Fort Worth, TX 76902,
priar ta any work being performed under this cantract�
c) Any failure on part of the City to r�quest r�quir�d insurance
documentation shall not constitute a waiver ofi the insurance requirements
specifie� herein.
d) Each insurance �olicy shall be endorsed to provide the City a minimum
thirty days notice of cancellation, non-renewal, andlor material change in
policy terms or.coverage. A ten days notice shall be acceptable in the
e�ent of non-payment of premium.
e} Insurers must be autharized fo do business in the State of Texas and
have a current A.M. Best rating of A: Vll or equivaEent meas�are of financial
strength and soivency.
f) Deductible limits, or self-funded retention lim�ts, on each policy mus� not
exceed $� Q,000.00 per accurrence unless otherwise appro�ed by the City.
g) Otherthan warker's compensation insurance, in lieu of traditiana[ insurance,
City may consider alternative coverage or risk treatment measures through
insurance pools or risk retention groups. The City must appro�e in writing
any alternative caverage.
h} Workers' campensation insurance policy(s) covering employees sha11 be
endorsed with a waiver of subrogatian providing rights of recovery in favor
of the City.
i) City shall not be responsi�le for the direct payment af insurance premium
costs.
j) Insurance policies shall each be endorsed �o pravide that such insurance
is primary protectian and any self-funded ar commercial co�erage
maintained by City s�all not be cal[ed upon to cor�tribute to loss recovery.
7'iri wrecker 6
PageGofl2
�C} Company shall repori, in a timely manner, to City's officially designated
contract admi�istratar ar�y k�own loss occurrence which could giv� rise fo
a liability claim or fawsuit or whic� coUld result i� a proper�y loss.
f} Company's lia�ility shall nofi be limited to the specified amounts of
insurance required herein.
m} Upon the requesf of City, Company sf�all provide completa copies of al1
insurance policies required by these contract documents.
5.7 In the event a state or federal law, r�le or regulation pertaining to wrecker
servkce companies operating within tne 5fate of Texas exceed insurance
requirements s�ecified herein, such state ar federal law, rule or regulation shall
pre�ail for ti�e respective type of insurance coverage andlor limi� fhereof.
6.
DIJTIES AND RESPONSIBILITIES OF COMPANY
Company, during the term ofi this contract, shall perform the following duties
and have ihe following responsibilities:
a) Maintain as its primary business the towing of �enicles or trailers by
wreekers meeting the requirements of paragraphs 4{a) and 4(b} above.
"Primary �usiness" shal{ mean fhat Campany receives more than fifty per-
cent (50°/fl) of it �ross revenues from the towing of vehicles and trailers. Afl
of company's records shall be open to reasona�le inspection, both at the
time a# execution of this agre�ment and at any time dur�ng the term ner�of,
to verify compliance with ihis conditian.
b} Maintain a currently licensed vehicle stara�e facility located within the
corporate limits of the City. "VeF�icl� sfarage faciiity" shall mean a facility
operated by a person under Article 6687-9a, Revise� Statutes.
c) Maintain business operation twenty-fo+�r (2�) hours a day, seven days per
weeK.
d) Respond to al] calls contemplated by this contract within thirty �30) minutes
of natification, except in extraordinary situations where c�elay is caused by
ice, snow, or other weather rela#ed conditions. In the even# Company fails to
Tilt Wrecker '�
Yage 7 of l2
respond as required, City may notify another wrecker company and
Company shall not be entitled to the compensation to which it would have
been entitled �had it arrived timeiy.
e) Maintain on f le with the City the name af the awner, president or chief
executive officer, business address and telephone number; further
Company shall notify the City ofi any change of ownershi�, president or
cnief executive officer, or change of address within f�ve (5) b�siness days of
any such change.
f} Deliver the motor vehide being iawed to the location within the corporate
limits of City d�signa#ed by the police officer at the scene ofi the pull.
Delivery shall be made without delay or detour.
g} Fully cooperate wifh any investigation conducted by the City regarding
complaints against Com�any, wheth�r or not such complaints arise aut of
services contemplated by this Contract.
h) Shall not become de[inquent in the payment of any tax�s due to City.
i} Shall not go to any acci�ent scene unless the Company has been called to
t�e scene f�y the owner or operator of a �ehicle or an authorized
representative of same, or by tne City.
j) Completely remove all debris resulting from any accident to which the
Company is responding. Removai of debris sha[I not be considered
complete by merely sweeping it to the curbfine.
k) Shall not so�icit any wrecker business within the corporate limits o� City at
the scene of a wrecked or disabled vehicle, reg�rdless ofi whether the
solicitation is for the purpose of soliciting the business of towing, repairing,
wrecking, storing, frading, or purchasing the vehicle.
1) Shall only employ dri��rs of taw trucks authnrized to operate same.
m)Provide the Police Pound personnei with an invoice at the time the vehicle
is delivered to the Auto Po�nd toget�er with the sigr�ed wrecker selection
form to be pro�ided.
'CiR Wrecker g
Puge 8 nf 12
7.
TERMINATION AND SUSPENSION
7.1 This contract may be terminated or suspende� by the Ci�y for any of the
following causes:
a) Violation of any term or condition specified in this contract.
b) Failure to notify the Communications Division of the Police Department
within fifteen {15) minutes firom the time of notification if the Com�any will
be unable to respond within the thirty (30} minutes allotted for a raspons� to
a wrecker call.
c} Permitting a tow truck to be operated by anyone while under the influence
of alcohol andlor drugs.
d) Permitting a tow truck to be operated by anyone whose operator's lic�nse
is suspended.
e) Transferring or assigning any call for service to any other company
f) Any sustained complaint of theft by persanne! of Company while acting in
their capacity as employees of Company, whether occurring during a police
pull or otherwise,
g) Any s�stained com�laint of threats made by personne� of t1�e Company
while acti�g in t�eir capacity as employees of Company made against third
parties d�aring a police pull or ath�:rwise.
h) Failing to comply with all directions of police personnel at the scene of a
police pull or ci�ilian or police �ersonnel at the Police Auto Pound.
Company may requesf a police supervisor to validate any such dir�ection
given.
i} Failure to comply with any state or federal law or cify ordinance relat�d to
the oparation of a wrecker company.
j) Five (5) passes within a thir�y (30} day period. Pass in this paragraph shall
meart Company failing to notify the City of its inability to respo�d to a
reques# for service as required by paragraph 2 above.
Tilt V�Jrecker 9
Pagc 9 ot ! 2
0
k) Ten (10) passes within a thirty (30) day period. Pass in this paragraph
shall mean a Company notifying the City of its inability to respond to a
request for service as required by �aragraph 2 above.
I) Vialatian of any rule or regulation contained in Exhibit "A" attacY�ed hereto.
7.2 City shall notify Company in writing of its intent to terminate or suspend for
cause twenty (2D� days prior to such suspension or termination. Company sha�I
have the right to request a hearing �efiore the Chief of Palice or �is designee
regarding the intent to terminate or suspend for cause by requesting a hearing in
writing within five (5) business days after receipt of notice of intent to terminata or
suspend. A h�aring shall be conducted within fifteen (15} days of the request far
hearing. The City, in its sole discretion, may temporarily suspend this contract
during any appeals process.
7.3 In the event this contract is suspended for cause, the suspension shall be
for a period of time of not less than six (6) manths nor more than twelve ('f 2}
months,
7.4 In the event City suspends or terminates this cantract for cause, and the
cause for such suspension or terminat�on is determined ta be invalid, Com�any's
sole remedy shall be reinstatement of this contrac#. Company expressly waives
any ar�d al! rigf�ts to manetary damages, inc[uding but not Iimited to actuai and
punitive damages, court costs and attorney's fe�s.
8.
INDEMNIFIGATION
With regard to any liability which might arise hereunder, Ci#y and Customer
agree t�at they shall be solely and �xciusively liable for the negligence of its own
agents, servants, subcontractors and em�loyees and that neither party sf�a�l [ook
to the other party to save or hold it harmless for the consequenc�s of any
negligence on the par� of one of its own agent, servan#, subcontractor or
employee. Nothing contained herein shall be construed to be a waiver by City of
any righ# of protection that it enjoys under applicable State or Federal law.
Tilt wrccker
Page l0 oF l2
1�
�
ASSIGNMENT
Company shall nof assign, transfer or sublef this Contract ar any port�on
hereof to any party wit�out the prior written consent of Gity that shall not be
unr�asonably wifhheld. Any such assignment, transfer or subletting of this
Contract shall be void and shall operate as a termination hereof.
10.
ZONES AND ROTATION LIST
A. City shall di�ide fhe ciiy inta four {4) zones that shafl correspond to tY�e four
E4) patrol divisions. Company shall be assigned to the zone or an adjacent zone i�
which it maintains its principa[ place of business.
B. City shall create a rotation list within each of the fou� (4) zones that wiN
dictate the ord�r in which wrecker campanies are contacted.
C. City may r�quest Campany to conduct a police pull within any zone, and
Company agrees to use its best effarts to arrive at the scene of fhe pofice pull
within thirty (30) minutes.
11.
INDEPENDENT CONTRACTOR
It is understood ar�d agreed by the parties hereto that Company shall
perform all work and senrices hera�nder as an in�ependen� contractor, and r�ot as
an officer, agent, servant or employee of the City. Campany shall have exclusive
control of and the exclusive righ� to control fhe details of the worfc ar service to be
perFormed nere�under, and all persons perFarming same on behalf of Company,
and shall b� solely respor�sible for tf�e acts and omissions of its officers, agents,
servants, employees, contraetors, subcontractors, licensees and invitees. The
doctrine of respondeat superior shall not a�p1y as between the City and Campany,
its officers, agents, servants, employees, contractors and subcontractors, and
nothing F�er�in shall be construed as creating a partners�ip or joint venfure
between the parties hereto.
In w�tness whereofi, the parties nereto have executed this Contract on the
� �� �� day of , 20�
Tikt Wrecker 11
Page l I of l2
ATTEST:
4
�lo Pearson —�'
City Secretary
APPROVED AS TO FORM
AND LEGAL.ITY
��
Assista� City Attorney
ATTEST:
Cor�orate Secretary
CITY OF �FORT WO�TH
. _
By� �
,�ibby Vl�,�fson
Assistant City Manager
, � �. ���'� ���
�-��-____,__--- �_ .:� .
�ar��.r���. i�u�hra�s�.���ie�.
r� � _ -,� .� f �� �, _�_� _ ,_M..
Date
James Revnolds
Individuallv Owned and
dba Normans Wrecker
Service
(Company Name)
By;
es Reynolds, Owner
�
r V� �''Ji� �
Tiil Wrecker 12
Page l2 0l l2
��I3�I`� A
�L�`I'�3 P�UlV�D
The fol[owing rules �nd regulRt�ox�s will be fallowe� by A�LL Wrecker Companies
upon arri�al at the Auto Paund.
1. The entry gate will not be blacl�ed by wreck�rs waiixng to enter ar exit the Auto
Pozuld.
2. No wrecicer shali ezzter the Auto Poui�d wit�1 znore than one (1) person/aperator,
Lulless autllorized by the o�z duty sl�ft supervisor. Tliis will be done on a case by
case basis.
3. Far safety reasons, a Caz- Ca��ier will be requiued to off load theiz cargo when
�ossible. Tlus shall be detei7nined vy tl�e oil duty sltpexvisor.
4. Ir�vei�tories should Ue handled in an expeditious ma�lner when possible. However,
Auto Poi�nd }�ers�z�ne] are required to do a coinplete and precise inve�tory o� all
�rapei-ty and �el�icles. A specific tinae fi•ame would be impassible io institute.
5, No w�-ecicer driverlope�atar will assist wi�lz ariy i��.ventory being coz�ducted by
Auto Pound personzzel.
6. T%e use of Car Cal7iers, exb-a tinie, extra equipment, etc., sha11 be s�zUject to
approval by the Wrecicer Adinuustr-ator or Atito Po�.u1d Supeivisor,
7. Wrecicer driversloperatarslownei•s shali be required to folloru aizy directious or
u�structions giv�il by Auto Pound personnel.
$. Wrecice�- Compai7y Owners shall assist a.izd cainply wi�li any investigarion
performed by Auto Poluld persoiulel or ti�e �ort �orth Police Department uz
regards ta tlleir company, driv�r, operator and or Uusxness wi�hout hesitatian.
9. Violatiol�s a� any of the above rtiiles sha�l �e subject to r�view by the Wrecker
Admiizistrator or Auto Poui7d Supervisor.
Th� Alrtp Poi�nd Stiipervisor or a I�.g11er level o� cox�aax�and inay detena�ix�e
discipli��ary actiorz up to and ii�cluding tsi7nination of con�ract.
City of �o�t Wo�th, 7'ex�s
���r� ��d ��r����� �a�rr�u����t��n
DATE REFER�NCE NUMB�R LOG NAME PAGE
a��s�o3 �a� g��� 3�Tows � of 2
SUBJECT SUPPLEMENTAL APPROPRlATION �RDINANCE AND CONTRACTS F'OR NON-
CONSENT TOWING 4F WRECKED OR ABAND�NED VEHICLES FROM MULTIPLE
VENDORS REQUIRED BY CITY �RDINANCE FOR THE POLlCE DEPARTMENT
RECOMMENDATION:
I# is recommended #hat the City Council;
1.� Authorize cantracts for Police Departmen� requested non-consent iowing of wrecked or abandoned
vehicles from multipie vendors as required by Sectian 34-181 of the Cade of the City of Fort Worth
(1986), as am�nded; and
2. Autharize the contracts to begin Aprii 8, 20D3, and expire September 3Q, 2Q03, with opfions tn
renew for four additianal ane-year periads; and
3. Adopt the atfached supplemental appropriation ordinance increasing estimated receipts and
appropriations by $446,944 in the General Fund from avai{able funds.
DlSCUSSION:
Section 34-181 of the Code of t�e City of Fort Worth (1986), as amended, required that all �olice
depar�menf, non-cons�nt tows, shall be underta�en pursuant to contract, specifically executed b�tween
th� City and a wrecke� company. The Pu�lic 5afe#y Commiftee extensively reviewed the new ra#es and
unanimously appro�ed this recommendation an March 25, 2003.
There are thr�� �ypes of contracts and rates as follaws:
• S�andar� tow truc4�s $100
� Tilt �ed/rollbacf� tow trucks $�25
• Tandem tow trucEts $180
Coniracts wil! be executed with any vendor desiring to perFarm non-consent tows far the Palice
Department, if they meet th� cont�act requirements such as towing operaiians being the vendors
primary business, equipment s�ecifications, insurance, and a locally licensed storage facility.
The fees for services to be provided and assignment to one of four zones are the same as contained by
Cify Co�e. The estima�ed expenditure for these senrices is $1.8 million per y�ar including the
anticipa�ed increase (4f $446,944) for the remainder of the fiscal year based on the revised rates. This
increase wifN be offse# by revenue collected as fees.
R'ENEWAL OPTfONS - These contracts may be renewed for up to four successi�e one-year terms at
the City's option. This action does nat require specific City Council appro�al �rovided the City Council
City o, f��'o�t Wortlz, T'exas
�1��� �f1� ���f1�1` ��IY1�1��1���t���1
DATE R�F�RENC� N[JMCi�R LOG NAME PAGE
418l03 ��� ��q,�4 35TOWS I 2 of 2
SUBJECT SUPPLEMENTAL APPROPRIATION �RDINANCE AND CONTRACTS F'OR NON-
CONSENT T�W1NG OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
� VENDORS REQU�RED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT
has appropriated sufficient funds ta satisfy the City's abligation during the renewa[ term.
F'ISCAL INFORMATIONICERTIFICATION:
The Finance Director cer�ifies that upon approva[ and completion of the above recommendations and
the adaption of the attached supplementaf appropriation ordinance, funds wil� be a�aiEable in the curr�nt
operaiing budget, as appropriated, of the General Fund.
LW:r
Submitted for City Manager's
Office by:
Libby Watson
OriginAting Depxrtment I{ead:
Ralpli Me��doza
Additional Information Contact.
5usan Alanis
I FU1�D � ACCOUNI" �
� �to�
� GGO'I �39120
6183 GGO'i �462624
4$386 I (from)
GG01 539120
�
78262 �
CENTER � AMOUNT
b3534D3 $446,944.00 �
0353403 $446,944.OQ �
0353403 $446,944.00
CITY SECRETARY
APPROVED 04/08/03
QRD.# 15517