HomeMy WebLinkAboutContract 28631� y
. _ - - - - - - _ ._ ; - - - CIiY ���R��'ARY
CONTRACT FOR TOW TRUCK SERVIC��N��'4G� �•��� ��
—
{STANDARD SERVICE)
V17HEREAS, the City af Fort Worth occasionally requires the services of
tow trucks; and
WHEREAS, such tpw truck services are nec�ssary to protect the safety of
the citizens of the City of Fort Worth,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
Th� City of �ort Wor�h, hereinafter referred to as "City", acting herein by
and through Libby Watson, its duly authorized Assistant City Manager, and
Wootens Wr�cker & Automotive Seivice Inc., hereinafter referred to as
"Company", acting herein by and through Randv Woo#ert, its duly authorized
President, agree as follows:
1.
SERVlCES
City hereby contracts with Company to provide police pull towing service.
As �ased herein, "police pull" shall mean that the Fort Worth Police Department
has called Company from the rotation list to eith.er remove a wrecked or disabled
�ehicle ar to remove a vehicl� in a safie driving conditian, but the owner is not
present, able or permifted to drive or to make authorizations.
2.
TERM
The initial term of this contract shall �xpire on 5�ptember 30, 2003. 1n
addition to the initial term of this contract, there shall be four options to renew for
terms of ane year each, unless earlier terminated as hereinafter provided.
Renewal shall occur upon City including in its budgef far fhe optians years
sufficient funds to pay for its o�ligations hereunder and Company providing proof
of insurance to City.
3.
COMPENSATION
3.1 Compensation. As compensation for pro�iding th�. �pr��,
contemplated by #his Contract, City agrees to pay Company as follo�v� �• ���'�
y� u�����=ti��
� ��, ��''��'V�� �'��e
r ,
a) Towaqe. A charge of One hundred Dollars ($100.00) for towing such vehicle
from one point on a street to another [ocation within the corporate limits of the
city as directed by the poiice department at the place where the tow
originated; such charge includes one-haff hour of extra work.
b) Second tow truck. In the event the police officer at th� scene determines
that a second tow truck is required, a charge of One hundre� do[lars
($900.00) per haur, wit�t a minimum charge of one hour, billed in increments
of fifteen (15} minutes while at the scene of the police pull. A palice
supervisor shal[ appro�e the use of a second tow truc�C. Travel time is
excluded.
c) Extra work. An additional charge of one hundred dollars ($100.00) per
hour, witY� a minimum charge af or�e haur, charged in increments of fifteen
(15) minutes9 fior removir�g vehicles that are off the stree# right-of-way, such
charge ta be made from the time the operator begins to remove the vehicle
until it is on the traveled portion of the street. Even though the vehicEe is
within the streef right-of-way, an additional charge may be made if the vehicle
is located in some unusual condition within the rigi�t-af-way, such as, but not
limited to, a river or a creek bed or a ditch of greater depth than the ordi�ary
bar difch. Exfra work shall only be aliowed w�en authorized by a police officer
at the scene of the pull.. The charges for such �xtra work shall be reviewed
and approved by the Auto Pound Wrecker Administrator. Extra work
excludes travel time, waiting time and clean-up #ime.
d) Use of a dolly. No additional fee shall be charged for the use of a dolly.
e) Handlinq hazardous materEals, When fhe cargo of any motor vehicle or
trailer ir�cludes �xplosive, nuclear, radioacti�e, hazardous or corrosive
materials, as defined by the Enviranmental Protection Agency, Texas
Department of Transportation, or the Texas Commission on Environmental
Quality, a fee �qual to o�e hundred-fifty (150) percenf of the charges which
may be assessed pursuant ta subparagraph "a" above. In addifion, a charge
may be made for expenses incurred related to protective clothing and any
Stand�rd 1�rc:cker 2
Page 2 of 12
� ,
other supplies or equipment used in handling such materials, such charge
being equal to the actual amounts incurred plus fifteen (15) pe�cent.
f} Nothing contain�d herein shall be cor�strued so as to obligate Cify to expend
any sums of money. Further, nothing cantained herein sha11 be construed so
as to guaranfee to Company that City will contact Company for any towing
services contemplat�d by this Contract.
3.2 Invo�cinq and Pavment. Comparty shall Invoice City once �er month.
Company shal! include with the invoic� such documents as may be reasonably
requested to pro�ide evidence of the services provided to the City, which at a
minimum shal! include copies of the wrecker selection form sign�d by the officer
at the scene of the police pull andlor personnef at the Fort Worth Aufa Pound.
Such invoice shall be subject to the review and a�proval of appropriate City
personnel. City shall remit paymenf to Company not more than thirky (30) days
following approval ofi invoice.
3.3 Compensation Review. City shall revi�w on an annua! basis the
com�ensatian pro�ided for hereunder, with the firsf such review fa be conducted
during fhe month of August 20Q3. 5imilar re�iews shall occur in August of each
succeeding year that this contract �s in effect. City shall make adjustments in the
campensation based upon increases or deereases in ihe cost of doing b�siness,
taking into consideration fuel, insurance, [abor, and such other cosfs as may be
relevant to the aperation of a towing business.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shall maintain at all times the �ollowing vehicles and equipment
in working condition:
a) A minimum of two (2} wreckers, one of which shal{ be not less than 14,000
pounds gross vei�icle weignt and one of which shall be no� less than 10,000
pounds gross vehicle weight, duaf rear wheels, equipped with a hydraulic
operated winch, winch lines, and a boom rated at no# less than 8,000 pound
lift capacity and a wheel lift device rated at not less fhan 2,5Q0 pounds.
Standard Wreeker 3
Page 3 of 12
r
b} At a minimum, all wreckers shall be equipped with the following equipment,
which at a!I times shalf be maintained in working order:
1)
2)
3}
4)
�)
6)
7)
8)
9)
10)
��)
12)
13)
14)
Tow bar
Towing lights
Emergency overhead warning lights �red or amber color only)
Safety ehain
Fire extinguisher, A.B.C. Type
Wrecking bar
Broom
Ax
Shavel
Reflectors or traffic cones
Trash container
Two way voice or computer communication between tow truck
and Campany dispatcher
Backing warning signal
Wheel chocks
c} Each wrecker shall have the identifying markings required by �he Texas
Transportation Code, section 642.Oa2. 1n ad�ition, each wrecker shall provide
Notice ofi Complaint Proc�dures fo the awner of a towed �ehicle as outlined by
the Texas Department of Transportation Rules and Regt�lations as contained in
43 Texas Administrati�e Code, Chapter 18, s�bchapter 18.89, a� same may be
amended from time ta time.
d} Each tow truck and the require� equipment shall be inspected by the
Chiefi of Police or his authorized designee prior to being used for 5@I'VIC@S
contemplated by this contract. In additior�, each tow truck and the required
�quipm�nt shall be subject to intermittent inspection �o assure compliance with
this contract.
Stai�dard Wrecker q,
Page 4 of 12
r �
�] .
INS�RANCE REQUIREMENTS
Company shall maintain insurance from insurers acceptable to City of the
following types and amounts:
5.1 Commercial Ge�eral Liabi�ity
$500,000 each occurrence
$500,Q00 aggregate
or
Garage Liability
$500,oaa �a�r, ����a�nt, other fihan auto
$500,000 aggregate
5.2 Automobrle Liala'rlity
$SQQ,�00 �ach accident, com�ir�ed sing[e limit
This coverage shall inclu�e all vehic�es owned or non-own�d that are
operating under Company's operafing authority.
5.3 CargalOneHoo�t
$30,OQ0 per unit
Coverage shall include both the unit being towed and its contents.
Units covered sha{l include but not be limited to motor venicles,
trailers and boats. Coverage shall be written on a direct primary
basis.
5.4 G�RAG�KEEPER'S �lA�l�1TY
$30,�00 per unit
5.5 Worker's CompensationlAccident Insurance
Coverag� shall meet the minimum reguirements of state law as con-
tained in th� Motor Carrier Rules and Regulations.
5.6 Current insurance certificates shall remain on file with th� City during the
term of this Contract. Insurance coverage may, at the sole discretian of the City,
be revised �tpward upon thirty (30) days priar written notice ta Campany. Policies
shall be �;�dorsed as foflows:
Standard Wrecker 5
Page 5 of 12
,
a} The City, its officers, empfoyees and servants shall be endor�sed as an
additional insured on all policies exc�pf employer's liability insurance
coverage under the workers' compensation insurance policy.
b) Certificates of insurance shall be delivered to the s�pervisor of tne City of
Fort Workh Auto Poun�, 13D1 E. Northside Drive, Fort Worth, TX 761 a2, prior
to any work being performed under this cantract.
c) Any failure on part of the Ci#y to request required insurance
documentation shall nof constitute a waiver ofi the insurance requir�ments
specified herein.
d} Each insurance policy shall be endorsed to provide fhe City a minimum
fnirty days notice of cancellation, non-renewal, andlor material change in
policy terms ar coverage. A ten days�notice shal[ be acceptabfe in tne event
of non-paymen� of premium.
e) Insurers must be authorize� to do business in the State of Tsxas and
have a current A.M. Best rating of A: Vlf or equivalent measure of financial
strength and solvency.
f} Deductible limi#s, or self-funded retention limits, on each policy musf nof
exceed $� O,OOO,OD per occurrence unless otherwise approved by the City.
g) Othe� �han worlcer's com�ensation insurance, in lieu of tra�itional insurance,
City may consider alternative coverage or risk tr�atment measures through
insurance pools or risk retention groups. The City must approv� in writing any
alternafive coverage.
h) Workers' com�ensation insurance palicy(s) co�ering employees sE�afl be
endorsed with a wai�er of subrogation providing rights of recovery in favor of
the City.
i} City snall not be responsible for the direct payment of insurance premium
costs.
j) Insurance palicies shall each be endorsed to provide thaf such insurance
is primary protecfion and any self-funded ar commercial co�erage maintained
by City shall not be call�d upon #o cantribute to loss recovery.
Sta�3dard Wrecker (�
Page 6 uf 12
k) Com�any shal! report, in a timely ma�ner, to City`s official{y designated
contract administrator any known loss occurrence which could give rise to a
liability claim or laws�it or which could result in a proper�y loss.
I) Company's liability shall nof be limite� to the specified amounts of
insurance required herein.
m) Upon the re�uest of City, Company shall provide complete copies of all
insurance pol�cies rec�uired by these contract documents.
5.7 In tE�e event a state or federal law, rule or regulation pertaining to wrecker
service companies operating within the State of Texas exceed insurance
requirements specified herein, such state or federal law, rUle or regUlation shall
prevail for the respective type of insurance coverage andlar limit thereof.
6.
DUTIES AND RESPONSIBILITIES OF COMPANY
Company, during the term of this contract, shall perform the following duties
and have the following responsibilities:
a} Maintain as ifs primary business the towing of vehicles or trai[ers by
wreckers meeting the requirements ofi paragraphs 4(a) and 4(�) above.
"Primary business" si�all mean that Company receives more than fifty per-cent
(50%) af it gross revenues from the tawing ofi vehicles and trailers. AIf of
company's recards shall be open to reasonable inspection, both at the tims of
�xecutiort of this agreement and at any time during tY�e term heraof, ta verify
�campliance with this condifion.
b) Maintain a currently lic�nsed vehicle storage facility located within the
corporate limits of the City. "Vehicle stora�e facility" shall mean a facility
operated by a person license� under Article fi6$7-9a, Re�ised 5tatutes.
c) Maintain business operation twenty-four (24) hours a day, seven days �er
week.
d) Respond to all calls contemplated by this confract withi� thir�y (30) minutes
of notification, except in extraordinary situations where delay is caused by ice,
snow or ofher weather related conditions. In ihe event Company fails to
respond as required, City may notify another wrecl�er company and Company
Standard Wrecker 7
Page 7 of l2
� y
shall nat be entitf�d to the compensation to which it wa�ld ha�e been entitl�d
had it arrived timeiy.
e) Maintain on file with the City the name of the owner, president or chief
executive officer, business address, and telephone number; further, Company
shall notify the City of any change of ownership, president or cY�ief executive
officer, or change of address within five {a} business days of any such change.
f) Deliver the motor vehicle being towed to the location within the corporate
limits of City designafed by the police officar at the scene of the pukl. Delivery
sha[1 be made withaut delay or detour.
g) Fuqy cooperaf� with any investigation conducted by the City regarding
complaints against Company, whether or not such complaints aris� out of
services contemplated by this Contract.
h) Shall not become delinquent in the payment of any taxes due to City.
i} Shafl nof go to any accident sc�ne unless the Company has been called to
the scene by the owner or aperator of a vehicle or an authorized representative
of same, or by fihe City.
j) Completely remove all debris resulfing from any acc�der�t to which the
Company is respondi�g. Removal of debris shall not be considered complete
by m�rely sweeping it to th� curbline.
k} Shall rtat solicit any wr�cker business withir� th� corporate limits of City at
the scen� of a wrecked or disabled vehicle, regardless of wnethe� the
solicitation is for ths purpose of soliciting the business of towing, repairing,
wrecking, storing, trading, or purchasing the vehicle.
I) 5hafl only employ drivers of tow trucks authorized to operate same.
m} Provide the Police Pound personnel with an invoice at the time tY�e vehicle
is defivered to the Auto Pound tog�ther with tne signed wrecker selection form
to be pravided.
7.
TERMINATION AND SUSPENSION
i.9 This contract may be te�minated or suspended by City for any of the
following causes:
5tanciard VV��acker �
Page 8 of l2
a) Violation ofi any term andlor conditio� specified in this contraet.
b} Failure ta natify #he Communications Division of the Police Department
within fifteen (15) minutes from the time of notification if the Company wi11
b� unable to respond withir� the thirty (30) minutes allotted for a response to
a call for wrecker service.
c} P�rmitting a tow truck to be operated by anyone while under the influence
of alcohol andlor drugs,
d} Permitting a tow truck to be operated �y anyone whase operator's lice�se is
suspended.
e) Transferring or assigning any call for s�:rvice to any other com�any
f) Any sustained complaint of theft by personnel of Company wh�le acting in
their capacity as employees of Company, wnether occurring dur�ng a police
pull or oti�erwise.
g) Any sustained complaint of threats made by personnel of fhe Company
while acting in their capacity as employees of Company made against tf�ird
parties during a police pull or otherwise.
�i) Failing to comply with all directions of police personnel at the seen� of a
police pull ar civilian employee at the Police Pound. Company may request
a police supervisor to validate any such direction giv�n.
i} Five {5) passes within a thirty (30) day period. Pass in this paragrapn shal{
mean Company fiailing to notify th� City of its inability to respond to a
request for service as require� by paragraph 2 above.
j) Ten (10) passes with�n a thirty (30} day period. Pass in this paragraph shall
mean a Com�any notifying th� Ci�y of its inability to respond to a request for
service as required by paragraph 2 above.
k} Violation of any rule or regulatian contained in Exhibit "A" attached nereto.
l) Fail�re to comply with any state or fed�ral law ar city ordinance refated to
the operation of a wrecker company.
7.2 City shall notify Company in writing of its intent to terminate or suspend for
cause twenty {20) days prior to such suspension or termination. Company shall
have the right to r�quesf a hearing before the Chief of PoEice or his designee
5tandard WreckEr C�l
Page 9 of 12
regarding th� intent to terminate or suspend for cause by requesting a hearing in
writing within five (5) business days after receipt of notic� of intent to terminate or
suspend. A hearing shall be conduct�d within fifteen �15) days of the request for
�earing. The City, in its sole discretion, may temporar�ly suspend this contract
during any appeals �rocess.
7.3 In the event this cantract is suspended for cause, the suspension shall be
for a period of tim� of not less than six {6) months nor more tf�an twelve (12)
months.
7.4 In the event City suspends or terminates this contract for cause, and the
cause for such suspensian or termination is determined to b� invalid, Company's
sole remedy shali be reinstatement of this cantract. Company expressly waives
any and all rights to monetary damages, including but not limited to actual and
punitiv� damages, court costs and attorney's fees.
8.
INDEMNIFICATION
With regard io any liabi�ity which might arise hereunder, City and Company
agree that they shall be solely and exclusively liable for the negligence of its own
agents, servants, subconfractors and em�loyees and that neither �arty shall look
to the other parky to save or hold it harmless for #he consequenc�s af any
negligence on the �art of one of its own agertt, servant, subcontractor ar
employee. Nothing contained herein shall be construed to be a waiver 6y City af
any right of protect�on that it enjays under applicable State or Federal law.
9.
ASSIGNMENT
Company shall not assign, transfer or sublet this Contract or any portion
hereaf to any party without the prior written consent of City that shall not be
unreasonably withheld. Any such assignment, fransfer or subietting of this
Contract without the consent of the City shall �� void and sha{1 operate as a
termination hereof.
St�ndard Wrecker 1 �
P�ge I 0 oF l2
�o.
ZC�NES AND ROTATION LIST
10.1 City shal� divide the city into four (4) zones that shall correspond to the four
(�} patrol �ivisians. Company shall be assigned to #he zone or an adjac�nt zone in
which it maintains its principal place af business.
10.2 City shall create a rotation list within each of the four (4) zones that will
dictate the order in whic� wrecker companies are contacted.
10.3 City may request Campany to canduct a police pull wi�hin any zone, and
Com�any agrees to use its best efforts to arrive at the scene of the police tow
within thirty (3�) minutes.
�1.
INDEPENDENT GONTRACTOR
It is understood and agreed by the parties hereto that Company shall
perform all work and services hereunder as an independent contractor, and not as
an afficer, agent, servant or employee of the City. Campany shall have exclusive
cor�trol of and the exclusive right to cantro{ the defails of the work or service to be
performed hereunder, and all persons perForming same an behalf of Company,
and shall be solely responsible for the acts and omissions of its afficers, agents,
servants, employ�es, contractars, subcontractors, licens�es and invitees. Tne
doctrine of respondeat superiar shall not apply as between the City and Campany,
its officers, ag�nts, servants, employees, contractors and subcontractors, and
not�ing herein shall be construed as creating a par�nership ar joint venfiure
between the parties hereto.
Standard Wrecker � �
Page 1 l of l2
0
In witn�ss whereof, the �arties hereto ha�e executed this Contract on the I���
d ay of �(ll.�l,� , 20�
J ,
ATT�ST: � . C{TY �` FORT W�Of�T.H
• .,, . � . _ _
� � : l. �:.. '�.lx .� �.��: -�',��� _ �y: r: � -
Gloria Pearson Libby W�son
City Secr�tary Assistant City Manag�r
APPROVED AS TO FORM
AND LEGALITY
� _ �
Assistant ity Attorney
ATTEST:
Corparate Secretary
Standard Wreckee
Page 12 01' l2
� � 1 � � �`� _ . ..�
contxac�. Au+��axi�ati34n
`-� D � _ _-�---- -
.��.-_.__-__..� --=�....
����
Wootens Wrecker &
Automat4ve�zrvi�e lnc.
(Com�af�y,fVar�} ,
,Bjl: __ , 1 ,
R�(idy , n en, President
12
'�1V'�� 4.��. _4 ._.
U�� �����
�R, ���������
, ,
�������� � �
���� �����
'�'l�e �a�fl8��w���g r�les ��� feg�l�t�iaeis �a�i �e �o➢➢o�ec� �ry �.,L �ye�k��- ��aa�pa�n�s
u�po� �rrival �t th� �1a�ta �mu�d.
1. Tlie entry gate will not be blaciced by vvrecicers waitulg ta ei�ter or exit the Auio
Polu�d.
2. No wrecicer slxall ez�tex fl�e Auto Pouild witli more fha�7 one {1) person/ope�atar,
unless authaiized by fhe on duty s1u:Ct supervisor. This will �be done cin � case i�y
c�.se bas�s.
3. For safety re�so�zs, a Ca�• Can-ier �vill be required to off load �aeir cargo when
possible. Tl1is sl�all be defenn�ned Uy �.e o� duty supeY�vzsar.
4. T�Zve��tories should Ue handled in a�� expedit�o�ts inanner wl��n posszble. Hawever,
Auto Po�r�d persom7el are requued ta da a coinplet� and pxecise i�iveiitory of all
p�opei�ty aild veluc�es. A sp�ci�ic tin�e fi•an�e v�rot�ld Ue unpossible io iustitute.
5, No wrecker driver/operaffl�- vrill �S51St Wl� any inventoiy being.callducted by
ALita Poz�i�d persa�ae�..
G. The use af Car Cai-�ier�s, ext�a time, extra ec�tiipinent, etc., shall Ue subject to
approval �y th� Wrecicer Ad�i�istrator or Auto �ound 5upeivisor.
7. Wzecker drivers/operators/owi�ers shall be required ta fallow auy direciions or
iiYst�uctioiis giveil by Auto Pau�d personnel. �
8. Wrecicer Conipaz�y Owi�ers shall assist and coillply witli auy investigaiion
perfoi�ed by Auto Po�,u�d pe�so�uiel or the Fort Wo�-th Police Depart�nent in
regards to their compauy, driver, operatar and or bus�ess wi�I�out iiesitation.
9. Violatioz�s of auy af the aUove rules sllall be subject to re�iew Uy tlza Wrecker
Ad�i�inishator or Auto Paw1d Supe�risor.
Tl�e Auta 1'ozmd Supei-visor or a higher Ievel of comznazld may detei7��e
disci�linary aciion u� to aud i.i�cluding tenllinatigi� o£cantract.
City of Fort �o�tlz, T�exas
���� t��� ������� ���1���1`��A���fl
DATE REFERENCE IVIJMBER LOG NAME PAGE
418103 ��� g�44 35TOWS 1 of 2
SUB.iECT SUPPLEMENTA� APPROPRIATION �RDINANCE AND C�NTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VENDQRS REQUIR�D BY CITY ORDINANCE FOR THE P�I.ICE DEPARTMENT
RECOMMENDATION:
It is recommended that the City CouncEl:
1. Authorize contracts for Police Department requested non=consent towin� of wrecEced or abandaned
vehicles feom mul#iple v�ndors as required by Section 34-'18'I of the Code afi t�e City of Fort Worth
(9 98fi), as amended; and
2. Authorize tk�e contraefis to begin April 8, 2003, and expire 5eptember 30, 2D03, with aptions tQ
renew for four additianal one-year periods; and
3. Adopt the attached supplemental appropriation ordinance increasing estimate� receipts and
apprapriations by $44fi,944 in the Gen�ral Fund fram available funds.
D15CUSSION:
SeCtipn 34-181 of the Code of the Ci�y of �ort Worth (1986}, �s amended, requirad that all Palice
depar�meni, non-consent taws, shail be �nderta�Cen pursuant to contract, specifically executed between
the City and a wrec{�er company. The Public Safety Commiftee extensively re�iewed the new rates and
unanimously app�oved this recommendatian on March 25, 2QQ3.
Tf�ere are three fypes af contracts and rates as fio�laws:
• Standard tow trucks $1 fl0
• Tilt bedlrollback tow frucks $125
o Tandem tow trucks $180
Contracts will be ex�cut�� with any �endor desiring to p�rForm �on-consent taws far the Police
Department, if they meet the contract requirements such as towing operations being the vendars
primary business, equipment specificatiqns, insurance, and � lacally licertsed storage facility.
The fees for services to be pro�ided and assignment ta one of four zanes are the same as contained by
City Cade. The estimated expenditure for these services is $�.8 million per year including the
anticipated increase {af $44fi,944) for the remainder of the fiscal year based an the re�ised rates. This
increase will be offset by re�enue collected as fees.
RENEWA�. �PTIONS - These canfracts may b� renew�d �or up to four successive one-year terms at
the City's opfion. This action does not require specific City Council approva[ provided the City Council
City o�l�'ort T�o�th, T'exas
���� ��� �����;r ���������t���
DATE REFERENCE NUMBER LOG NAME PAGE
418I03 �_� 9�q,� 3�TOWS 2 of 2
s�B��c�r SUPPL.EMENTAL APPROPRIATION ORDINANCE AN❑ CONTRACTS FOR NON-
CONSENT TOWING OF WRECKED OR A�ANDONED VEHICLES FROM MIJLTIPLE
VEND4RS REQUIRED BY CITY ORDINANCE FOR THE POLICE DEPARTMENT
has apprapriated sufficient funds to satisfy #he City's abligation during the renewal t�rm.
F15CAL INF4RMATIONICERTIFICATION:
The Finance D�rector certifes that upan ap�ro�al and completion of the above recommendations and
the adoption of the attached supplemental appropriation ordinance, funds wil� be available in the current
aperating budget, as appropriated, of the General Fund.
LW: r
Submitted for City Manager's
Of#ice by:
Libby Watson
Originating Uepartment Head:
Ralph Mendoza
Additiona[ Information Cantact:
5usui Alanis
� FUAiD I ACCOLINT I CEI�TER
� (to)
� GG01 53912� Q353403
6153 � GGD1 �4B2624 0353�403
�
4$386 I (from)
I GG01 539120 03534�3
I
�
78262 I
I AMOUNT
$446,944.D�
$446,944.00 •
$446,944.00
CITY SECRETARY
APPRQVED 04/08/�3
OItb.# 155I7