HomeMy WebLinkAboutContract 28618� n
..._ ,. �. ._ _ ,. .. �dNT�iAC�T�t� ,� �O 1p .
CONTRACT FOR TOW TRUCK SERVICE
(TILT BEDIROLL BACK)
WHEREAS, the City of Fort Worth occasionally requires the services of
tow trucks; and
WHEREAS9 such tow truck services are necessary #o protect the safety of
the citizens of the City of Fort Worth,
NOW, THEREFORE, KNOVII ALL BY THESE PRESENTS:
The City of Fort Worth, her�inafter referred to as "City", acting nerein by
and through Libby Wafson, its duly authorized Assistant City Manager, and
Cardinal Wrecker Service Inc., hereinafter referred fio as "Company", acting
herein by and through Da�id Matoke, its duly authorize� President, agree as
follows:
1.
SERVICES
City nereby contracts with Company fio provide police pull towing service.
As used herein, "police pull" shall mean that the Fort Worth Police De�artmen�
has called Company from th� rotation list to ei�her r�move a wrecked or disabled
vehicle or fo remove a vehicle in a safe driving condition, but the owner is not
present, able ar permitted to drive or to ma�Ce authorizations.
2.
TERM
The initial term of thi� contract sE�all expire on September 3D, 2Q03. In
addition to ti�e initia[ term of this contract, there shall be four options to ren�w for
terms of one year each, unless earlier terminated as hereinafter provided.
Renewa[ shall occur upon City including in its budget for the options years
sufficient funds to pay for its obligations hereunder and Company providing proof
of insurance to City.
3.
COMPENSATION
3.� Compensation. As compensation for prot�� �G ��i�s
contemplated by this Contract, City agrees to pay Compan� ds �tlr���
t '�$u ��,f��;,��� ��s�.
- �
� i
a) Towape. A charge of ane hundred twenty five dollars ($�25.00) for towing
such vehicle from one point on a street to another location within the
corporate limits of the city as dir�cted by the police officer at the place where
the tow ariginat�d; such charge includes one-half hour of Extra Work. �n the
e�ent Company responds ta the scene of a police pull with a tilt bedlroll back
truck wher� the police pull could have been accomplished with a standard tow
tr�ack, Company shall be e�f9tled to the reduced charge of Dne hur�dred
dollars ($100.00}.
b) Second �ow �ehicle. In the event the police officer at the scene determin�s
that a stan�ard tow vehicle is required in addition to the tilt bedlroll back
truck, a charge of One hundred Dollars ($100.D0} per hour, with a minimum
charge of or�e hour, �illed in increments of fifteen {15) minutes while at the
scene of the police pu11. A police supervisor shall apprave the use of a
s�cond tow tr�ck. Tra�el time is excluded.
c} Extra work. An additianal charge of One hundred dollars ($10Q.00} per
hour, with a minimum charge af one hour, charged in increments o� fifteen
(15) minutes, for removing vehicles that are off the street right-of-way, such
charg� ta be made frpm the time the operator begins to remove the vehicle
unt31 it is on the traveled �ortion of the street. E�en fihough the veh�cl� �s
within the street right�of-way, an additianal ct�arge may be made if the vehicl�
is located in some unusual con�ition wifhin the ri�ht-of-way, such as, but not
limited to, a river or a creek bed or a ditch of greater depth than t}�e ardinary
bar ditch. E�ra work shall only be allowe� when authorized by a police ofFicer
at the scene af fne pull. The charges for such extra work shall be reviewed
and approved by the Auta Pound Wrecker Adminisfrator. Extra wark
excludes travel time, waitir�g time, and clean-up time.
d) Handlina hazardous materials. When the cargo of any mator vehicfe or
trail�r includes explosi�e, nuclear, radioactive, hazardous or corrosive
maf�riais, as defiined by the Environmental Protection Agency, Texas
Department of Transportation, or the Texas Gommission on Environmental
Quality, a fee equal to one hundred-fifty (15a) percent of the charges
Tilt Wi�eckee �
Page 2 af 12
� i
permitted und�r subparagraph "a" above. In additian, a charge may be made
for �xpens�s incurred related to protec�ive clothing and any other supplies or
equipment used in handl�ng such mat�rials, such charg� being equal to the
actual amounts incurred �lus fifteen (15} percent.
e) NotF�ing contain�d f�erein shall be construed so as to obligate City to expend
any sums of money except for work actually performed. Furkher, nothing
contained herein shall be construed so as to guaraniee that City will co�tact
Company for any towing service contemplated by this Contract.
3.2 lnvoicinq and Pavment. Company shall Invoice City once per month.
Company shall include wit� the invoice s�ch documents as may be reasonably
requested to provide evidence of the services provided to the City, which at a
minimum shall [nclude copies of the wrecker selection form signed by the officer
at the scene of the police pull andlor personnel afi the Fort Worth Auto Pound.
Such invoice shalf be subject to the review and approval of appropriate City
�ersonnel. City shall remit payment to Company noi more than thirty {30) days
following approval of invoice.
3.3 Comaensation Re�iew. City shall review on an annual basis t�e
campensation provided for h�reund�r, with the first such review to be conducted
during the month of Augus� 2003. Similar reviews shall occur in August of each
succeeding year that this contract is in effect. City shall make adjustm�nts in tf�e
compensation based �pon increases or decreases in the cost of doing business,
takir�g info considerafion fue[, insurance, labor, and such other costs as may be
relevant to the operatian of a towing busir�ess.
4.
VEHICLE AND EQUiPMENT REQUIREMENTS
Company shall mair�tain at alf times the following vehicles and equipm�nt
in working condition:
a) A minimum of one (1 } tilt bedlroll bac�C dua[ rear wheel wrecKer rated at not
less than 14,000 pounds gross vehicle weight.
b) At a minimum, all wrec�Cers shall be equipped with the fol[owing equipment,
which at all times shal� be maintained in working order:
Tilt Wrecker
Page 3 of ! 2
�
� ,
1)
2}
3}
4)
5)
6)
7)
8)
9)
90)
11)
'{ 2)
13}
14)
� 5)
Tow bar
Towing lights
Emergency averhead warning lights (red or amber color only)
5afety chain
Fire extinguisher, A.B.C. Type
Wrecking bar
B raom
Ax
Shovel
Reflectars ar traffiic cones
Trash container
Two way voice or computer communication between tow truck and
Company dispatcher
Backing warning signals
Wheel chocks
Traffic cones
c) Each wrecker shall have the identifying markings required by the Texas
Transporta#ion Co�e, secfior� 642.002. In addition, each wrecker shafl provi�e
No#ice of Complaint Procedures to the owner of a�awed vehicle as outlined by
the Texas Department of Transportation Rufes and RegUlations as contained in
43 Texas Administrafive Code, Chapter 18, subchapter 18.89, as sam� may be
am�nded from time to time.
d) Each taw truck and the required equipment shall be inspected by the Chief of
Police or his au�horized designee prior to being used for setvices contemplated
by this contract. In additian, each tow truck and fhe required �quipment shall be
subject fo int�rmittent inspection �o assure complianc� with this cot�tract.
Tilt wreckea•
I'age 4 of 12
4
� �
.'��
INSURANCE REQUIREMENTS
Company shall maintain insurance of the fo!{owing types and amounts from
insurers acceptab[e to the City:
5.� Commercial General Liaf�ility
$500,D00 each occurrence
$500,000 aggregate
or
Garage �.iabiiity
$SQO,QQO each accident, other than auta
$500,OOQ aggregate
5,2 �►uiomobile Liability �
$500,000 each accider�t, com�ined single limit
This coverage shall include all vehicles awned or non-owned that are
operating under Company's a�eratin� authari�y,
5.3 CargolOnoFlvo�
$30,OOQ per �nit
Coverage shall include �oth the unit being towed and its contents.
Units covered shall incEu�e but not be Iimited to motor vehicles,
trailers and boats. Coverage shall be writt�n on a direct primary
basis.
5.4 GARAGEKE�P�R'S LIA�ILITY
. $30,000 per unit
5.5 Worker's CompensafionlAccident Insurance
Coverage shall meet ihe minimum requirements of state [aw as con-
tained in the Motnr Carrier Rules and Regulations.
5.F Current insurance certificates shall remain on file with the City during the
term ofi this Contract. Insurance coverage may, at the sole discretion of the City,
be r�vised upward upon thirty (30) days prior writt�n notice to Company. Palicies
shall be endorsed as follows:
TiEt VWeecker S
Page 5 af 12
r 1
a) The City, its officers, employees and servants shall be endorsed as an
additional insured on all policies except employer's liability insurance
coverage under tE�e workers' compensation insurance palicy.
b) Certifieates of insurance shall be delivered ta the supervisor of the City af
Fort Worth Auto Pound, 1301 E. Northside Drive, Fort Wo�th, TX 761 a2,
prior to any wark �eing performed un�er this contract.
c) Ar�y failure on part of the City to raqUest reqUired insurance
documentation shall not constitute a waiver of th� insurance requirements
specifi�d h�r�in.
d) Each insurance policy shall be endorsed to pravide the City a minimum
thirty days notice of cancellatior�, non-renewal, andlor material change in
poliey terms or coverage. A ten days notice shall be accepfable in ihe
e�ent of non-payment of premium.
e} Insurers must be autnarized to do business in #he State of Texas and
have a current A.M. Best rating af A: Vll or equivalent measur� of financial
strength and so[vency.
f} Deductible limits, or self-funded retention limits, on each policy must not
exceed $10,000.00 per occurrence unless atherwise approved by f�e Gity.
g) Other than worker's compensation insurance, in lieu of traditional insurance,
City may cor�sider alternative coverage or risk treatment measures through
insurance pools or risk refention graups. The City mUst approve in writing
any alternative coverage.
h} Warkers' compensation insurance policy(s} co�ering employees shall be
endorsed with a waiver of subrogatian providing rights of recovery in fiavor
of the City.
i) City shall not be responsi�le for the dir�cf payment of insurance premium
eosts.
�) Insurance policies shall each be endorsed to �rovide that such insurance
is primary �rotection and any self-funded or commercia� coverage
maintained by City s�all not be cailed upon �o cantribute to lass recovery.
Tilt Wrcc[cer
Page G of l2
�
k) Company shall report, in a timely manner, to City's officially designated
cantract administrator any known loss occurrence which could give rise to
a liabilify claim or lawsuit or which cou[d result in a proper�y loss.
I) Company's liability shall not be limited to tY�e specified amaunts of
insurance req�ired herein.
m) Upon the reques# of City, Company shall provide compfeie copies of all
insurance policies required by these confract documents.
5.7 In th� e�ent a state or federal law, rule or regulation pertainin� to wrecker
service companies operating within the State of Texas exeeed insurance
requirements specified herein, such state or federal law, rule or regulafion shall
prevail for the respective type of insurance coverage an�lor limit thereof.
�
DUTIES AND RESPONSIBfLITIES OF COMPANY
Company, during the term of this contract, shall perform the fql�owing duties
and have the following responsibilities:
_ a) Maintain as iis primary business the towing of vehicles ar trailers by
wrcckers meefing the requirements of �aragraphs 4(a) and 4(b) above.
"Primary bus�ness" shall mean that Company receives more than fifty per-
cent (50%) of it gross revenues from the towing of vehicles and trailers. All
of company's records shall be op�n to reasonabf� ins�ection, both at the
time af execution af this agreement and at any time during the term h�reof,
to ver�fy compliance with this condition.
b) Maintain a currently licensed vehicle storage facility located within the
carporate limits of the City. "Vehicle storage facility" shall mean a facility
operated by a person under Article �687-9a, Revised Statutes.
c) Maintain business opera�ion twenty-four (24) hours a day, seven days per
week.
d) Respond to all cafls contemp�ate� by this confract with[n thirty (30} minutes
af notification, except in extraordinary situations where delay is caused by
ice, snaw, or other weather related conditions. In the event Company fails ta
Tilt Wrecker '�
Page 7 al' 12
, ,
respond as require�, City may notify another wrecker campany an�
Company shall nat be enfitled to the compensafion #o which it would F�a�e
b��n entitled f�ad it arrived timely.
e) Maintain on file with the City tha name of the owner, president or chie�
executive officer, business address and telephone nUmber; further
Company shall natify the City of any change of ownership, president or
chief executi�e officer, or cY�ange of address within five (5) business days of
any such change.
f) Deliver the moior vehicle being towed to the location within the corporate
{imits of City designated by the polic� officer at the scene of the pul1.
Delivery shall be made wi#hout delay ar detour.
g} Fully cooperate with any investigation conducted by the City regarding
complaints agair�st Company, whether or not such camplaints arise out of
services contemplated by this Contract.
h} Shall not become delinquent in the paymen� of any tax�s due to City.
i) Shall not go to any accident scene unless the Company has been called to
th� scene by the owner or operator of a v�hicl� or an authorized
representativ� of same, or by the City.
j) Completely remove al! debris resUlting from any accident to which the
Company is responding. Removal of debris sha�l not be cons�dered
compl�t� by merely sweeping it to the curblin�.
k) Snall not solicit any wrecker business within the corporate limits of City at
the scene of a wrecked or disabled �eE�icle, re�ardless of whether the
solicitation is for �he purpose of soliciting the business of towing, repairing,
wrecking, storing, trading, or purehasir�g the �ehicle.
I} Shall only employ �ri�ers of tow trucks authoriz�d ta operate same.
m)Provide the Polics Pound personnel with an invoic� at #he time the vehicle
is delivered to the Auto Pound together with t}�e signed wrecker se[ection
form to be provided.
TiH Wrecker
page S of l2
0.
7.
TERMINATION AND SUSPENSION
7.1 This contract may be terminated or suspended by the City fior 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 from the time of notificatian if the Company will
be unable to respond within the thirty (30) minutes allotted for a response to
a wrecker call.
c) Permitting a tow truck to be operated by anyone while under the influence
of alcohol andlor d�ugs.
d) Permitting a tow truck to be operated by anyon� whose operator's license
is s�spended.
e) Transferring or assigning any call for service ta any other company
f) Any sustained complaint of theft by persannel of Company while acting in
their capacity as employees of Company, whether occurring during a police
pull or ofiherwise.
g} Any sustained complaEnt of threats made by personnel of tY�e Company
while acting in their capacity as emplayees of Company made against fhird
parties during a police pull or otherwise.
h) Failing to compfy with all directions of police p�rsonne! at the scene of a
police pull or civilian or police persor�nel at the Police Aufo Pound.
Company may request a police supervisor to validate any such direction
given.
i) Failure to comply with any sta#e or federal faw ar city ordinance related to
th� op�ration af a wrecker company.
�) Five (5) passes withi� a thirty (3a) day period. Pass in tt�is paragraph shall
mean Company �ailing to notify the City of its inability to respond ta a
reques# for service as r�quired by paragraph 2 above,
r;i� w�•��k�,• 9
Page 9 oP l2
k) Ten (10} passes within a thirty {30) day period. Pass in ihis paragraph
shall mean a Company r�otifying the City of its �nability to respond to a
request for service as required by paragraph 2 above.
I) Viofatian of any rule or regulation contained in Exhibii "A" attached hereto.
7.2 City shall notify Company in writing of its intent to terminate or suspend for
cause twenty (20) days priar to such sus�ension or termination. Company shall
have the right to request a hearing before the Chief o� Po�ice or his design��
regarding the intent tfl terminate or suspend for cause by requesting a hearing in
writing within five (5} business days after receipt of notice of intent to terminate or
suspend. A hearing shall be conducted within fifteen (�5} days of the request for
hearing. The Cify, 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 p�riod of time of nat less than six (�) months nor more than twelve {12)
months.
7.4 In the event City suspends or terminates this cor�tract for cause, and the
cause for such suspensian or termination is determined to be inval'td, Company's
sole remedy shall be r�instat�ment of this contract_ Company expressly wai�es
any and all rights to mon�tary damages, including but nat limited to actual and
puniiive damages, court costs and attorney's fees.
8.
INDEMNIFICATION_
With regard to any [iability which migh# arise hereund�r, City and Customer
agree that they shal[ �e solely ar�d exclusively lia�Ee for the negligence af its own
agents, servants, subcontracfors and employees and that n�ither �arty shaCl look
fo the other party to save or hold it harmless for the cor�sequenc�s of arty
negligence on t�e part of one of its own agent, servant, subcontractor or
employee. Nothing contained herein shall be construed to be a waiver by City o�
arty right af protectian thaf it enjoys under applicable State or Federal law.
Tilt Wrecker
Page ]0 of 12
10
9.
ASSIGNMENT
Company shall not assign, transfer or sublet this Contract or any porkion
hereof to any par�y without the prior written consent of City fhat shall nat be
unreasonably withheld. Any such assignmen�, transfer or subletting of this
Contract shall be void and shall operate as a termination hereof.
�a.
ZONES AND ROTATION LIST
A. City shafl divide the city into four (4) zones that shall correspond to the faur
�4) pa#rol divisions. Company shall be assigned to the zone or an adjacent zone in
which it maintains its principal place of business.
B, City shail create a rotation Iist within each af the four (4) zones that will
dictate the arder in which wrecker compar�ies are contacted.
C. City may request Campany to con�uct a police pul[ with�n any zone, and
Company agrees ta use its best effor�s to arrive at the scene of the police pull
within thirty (30) minufes.
1 `I .
INDEPENDENT CONTRACTOR
i is understood and a�reed by the parties hereto that Company snall
perform all work and services hereunder as an ind�pendent contractor, and not as
an officer, agent, servant or employee of fhe City. Company shall have exclusive
cant�ol of and the exclusive right to control the detaifs of the work or service to be
performed hereunder, and all persons performing same on behalf of Company,
and sha11 �e so[ely responsible for the acfs and omissions of its afficers, agents,
servants, employees, contractors, subcontractors, licensees and invitees. The
doctrine af respondeat superior shall not apply as between the City and Company,
its officers, agents, servants, �mployees, contractors and subcontractors, and
nathing herein shall be construed as creating a partnership or joint venttare
between the parties hereto.
�In witness v�hereof, the parties hereto have executed this Cantract on the
r da�r of � i �(��t , 20�.
�
Tilt Wrecker 11
Page 1 l of l2
ATTEST:
,��.���,
�Glor' Pearson
City Secretary
CITY �ORT W(�RTH
1+ �/ ..r. i . f
� �ibby V1��son
Assistanf City Manager
� -� � ,�� ,- � �, , �
{,
APPROVED AS TO FORII�Q:nr���c$��. �utho�f x�t�on
...''� ':�.�� �-_,.:��,.
AND LEGALITY r �
�.._�$, I� _ _ - _ .._..,
�a��
�
Assistant City At�orney
ATTEST:
Corporate Secretary
1'ilt Wrecker
Page 12 of 12
12
Cardinal Wrecker Service
lnc.
(Company Name)
B�f:
David Matake, President
1�'� �'� � U;i'� 1�i5V v u�:'�
���r ^�'����Wrrl�SU
� �,x}r '��� ��,+1�
����.��� �
���� �����
'�he fw����vi�g r�les �red reg����io�s �vi11 %e fo9ko�ved iby �IL�, Wx•ecker Cos�panies
[rpon arrival at �he �4.u�o Pound.
1. TI�e entry gata will not be b�ocked l�y wreckers waitulg to enter ar exii the Auto
Paiuld.
2. No wz•ecl�er sllall enter tlZe A�ita Pound with i-�are t1�az�. one {1) perso�loperator,
ux�.less authorized by the oia duty slzi#t supe�risor, Tlus will l�e do�e on a case by
case ba�is.
�. For safety reaso��s, a Car Ca�rier will be requued to off load �lxez� cargo wl�en
}�ossiUle. T7.iis sha11 be dete�-min�d by t�ze on d�xty sL2p�r�visor.
�4, Inventories should be l�a�ldled iii an expeditious mal�ner when possible, However,
Auto �'ound persoiulel are required to da a coinplete and grecise inve�tory of all
pro}�ei�y aud vehicies. A specific tin�e fi ame would be impossible to i�stitute.
5. No wrecicer driver/operatar will assist witll a.�y inventory being coucltitcted Uy
Auto Potn7d �arso��el.
6. The use of Car Cai-�-iers; extra tirne, extra equip�ent, etc., sha11 be s�.iUj�ct to
approval l�y the Wrecicex Ad�.i�inistrator or Aufia Pound Supeivisor.
7. Wrecicer drivers/operatorslowi�ers shall be requir�d tn follow any du•ections ar
instZ�uctioiis gi�eii by Auto Pou��d persannel.
8. ViWr�cicez Can��ar�y Owners shall assist ai�d conlply wi�i azzy i�vestigaiion
perfon�ed by Alito Po�t��d personnel or tlle Fox� VUorth Police De�ar�nent in
regards to tlaeir coinpany, driver, operator and or business without l�.esitation.
9. Violatio�ls af auy af the above 1-ules sliall iae subject to review by the Wrecl�er
Adminisirator or Auio Pound Supeivisor.
Tlie Auto Poui�d Stit�eivisar ar a l�igher level of coax�nand �ay detennine
disciplinary action up ta and i�chiding tennu�afion af contract.
�`ity of �o�t �ortli9 T�'exas
_ ����r a�r�� �,,�����1 ���,m�����t;��
I�ATE R���R�NCE NUMB�R LOG NAME PAG�
418103 �o� g�,�� 35TOV1l5 1 of 2
SLiBJECT SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR ABANDDNED VEHICL�S FROM MULTIPLE
VENDORS REQUIRED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT
RECOMMENDATION:
It is recommended.that the City Cauncif:
1. Authorize contracts for Police Department requested non-consent tawing of wrecked or abandoned
uehicles fram muitiple �endors as req�ired by Section 34-� 81 of the Code of the City of Fort Worth
(1986), as amended; and
2. Auihorize the contracts to begin April 8, 2003, and expire 5eptembe'r 30, 2043, with opiions to
renew for four additional one-year periods; and
3. Adopt the attached su�plemental appro�riation ardinar�ce incr�asing estimat�d rec�ipts and
appropriations by $44�,944 in the Genera! Fund �rom a�ailable funds.
DISGUSSIQN:
Secfiion 34�181 af the Code of the City of Fort Worth (1986), as amended, requi�ed that all po[ice
department, non-consent tows, shall be underta�en pursuant to contract, specifically executed between
th� City and a wrecker campany. The Public 5afety Committee extensively reviewed the new rates and
�nanimously approved this recommendation on March 25, 2003.
There are three types of contracts and rates as fo[lows:
o Standard taw truc�cs $100
� Tilt bedlrollback taw truc�Cs $12�
� Tandem tow trucks $180
Contracts will be exec�a#ed with any vendor desiring to pertorm non-consent tows for the Police
Depa�tment, if they meet the contract requirements such as towi�g o�era#ions being th� vet�dors
primary business, equipment specifications, Ensurance, and a localEy ficensed storage facility.
The fees for services to be prauid�d and assignment ta on� af four zones are the same as contained by
City Code. The estimated expendi�ure far these services is $1.8 million per year including the
anticipated increase (of $446,944) far the temair�der of ti�e fiscal year bas�d on the revised rates. This
increase will be offset by revenue callected as fees.
RENEVIIAL OPTIONS - These contracts may be renewed for up to four successive one-year terms at
the City's optiat�. This action do�s nat require spe�ific City Council approual provided the City Council
, C'ity o� �o�� Wort�i, T'exc�s
���� ��/� �,��1f1�°�( ���1'1�11'�f1y�����f1
DATE REFERENCE NUMBER LOG NAME PAGE
4/8J03 �_� ��,� 35TOWS 2 af 2
suB.�Ecr SUPPLEMENTAL APPROPRIATIDN ORDINANCE AND CONTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR ABANDflNED VEHICL.ES �R�M MIJLTIPL.E
VENDORS REQUIRED BY CITY ORD[NANGE FOR THE POLICE DEPARTMENT �
has appropriated sufficient funds to satisfy the City"s ab�igation during the renewal term.
FISCAL INFORMATIONICERTIFICATION:
The Finance Director certifies that upon approval and completion of the abave recommendations and
the adoption of the attached supplemental appropriation ordinance, funds will be ava[la�ale in the current
operating budgei, as appropriated, af the General �und.
LW:r
Submil#ed for City Manager's
Of�ce hy:
� FUND � ACCOUNT
I {to}
I GG01 53912Q
6 ] 83 GGD1 462B2�F
�
48386 I (from)
GGQ1 53912D
�
78262 �
CEI�TER � AMQUNT
0353403 $446,944.00
0�53403 $4�4fi,944.00
CITY SECRETARY
I.tbby Watson
OriginAting Department Head:
Ralpl� Mcndaza
Additional Infarmation Contact:
Susan AIanis
I APPROVED 04/08/03
0353403 $446,944.00 ORb.# 15517