HomeMy WebLinkAboutContract 28639�
��"TY �����iA��' � �� ��
CON�RAGT � .
CONTRACT FOR TOW TRUCK SERVICE
{STANDARD SERVICE)
WHEREAS, the City of Fart Worth occasianally requires the services ofi
tow trucks; and
WHEREAS, such tow truck services are necessary to protect the safety of
the citizens of the City of Fort Wor�h,
NOW, THEREFORE, KNOW AL.L BY THESE PRESENTS:
The City of Fort Worth, hereinafter referred to as "City", acting herein by
and through Libby Watson, its d�aly authorized Assistanf City Manager, and
Muracombi Enter�rises Inc. dba ABC Wrecker & DFW Wrecker, hereinafter
referre� to as "Company", acfing herein by and through Kathv Routh, its duly
authorized President, agree as follows:
1.
SERVICES
City hereby contracts with Company �o provide police pull towing service.
As used herein, "pafice pull" shall mean that the Fort Worth Police Department
�as called Campany fram the rotation list to either remo�e a wrecked or disabled
vehicle ar to remove a v�hicle in a safe driving condition, but the owner is not
pr�sent, able or permit�ed to drive ar ta make authorizations.
2.
TERM
The initial term of fhis contract sha11 expire on September 30, 2003. In
ad�ition to the initial term of this contract, there shall be four options to r�new for
terms of one year each, unless �arli�r ferminat�d as hereinafter provided.
Renewal shall occur upon City including in its budget for the optians years
sufficier�t funds to pay for its obligations hereund�r and Com�any pro�iding proof
of insurartce to City.
3.
COMPENSATfON
3.� Com�ensation. As compensatian for providing fhe
cont�mplat�d by this Contract, City agrees to pay Campany as follc�vt�F„
i �
� r_
5@NICBS
�.�.:. n4;�
�����
�� ����
9
a} Towaqe. A charge of One hundred Dollars ($100.00) for fowing suc� vehicle
from one point on a street to a�other lacation within �he corporate iimits of the
city as directed by the �olice departmant at the place where the tow
originated; such char�e includes one-half hour of extra work.
b} Second tow truck. In the event the pol�ce officer af th� sce�e determines
that a second tow truck is required, a charge of One hUndred dallars
($100.Od) per hour, wit� a minimum charge of one hour, bifled in increments
of fifteen (15) minutes while at the scene of the police pull� A police
supervisor shall appra�e the use of a second tow truck. Travel time is
excluded.
c} �xtra wark. An additional charge af one hundred dollars ($100.00} �er
hour, with a minimum charge of one hour, charged in increments af fifteen
(15} minutes, for removing vehicles that are off the street right-of-way, such
charge to be made f�om the time th� operator begins to remo�e the �ehicle
until it is on the traveled por�ion of the sfrest. Even though the vehicle is
within t1�e street right-of-way, an additianal charge may be made if the vehicle
is kocated in some unusual condition wi�i�in the right-of-way, such as, but not
limited to, a river or a creek bed ar a ditch of greater depth than the ord��ary
bar ditch. Extra work shall only be allowed when autharized by a police officer
at the scen� of the pull. The charges for such extra work shall be reviewed
and appro�ed by the Aufo Poun� Wrecker Administrator. Extra work
excludes travel time, waiting time and clean-up fime.
d) Use of a da11v. No additional fee shall.be charge� for the use of a dolly.
e} Handl�na hazardous materials. When the cargo of any mafor vehicle or
trailer includes explosive, nuclear, radioactive, hazardous or corrosive
materEals, as defined by the Environmental Protection Agency, Texas
Depar�ment of Transpor�afion, or the Texas Commission on EnviTonmental
Quality, a fee equal to one hundred-fiifty (150) percent of th� charges which
may be ass�ssed pursuant to subparagraph "a" above. ln addition, a charge
may be mad� for expenses incurred related to protecti�e clothing and any
5taudard Wrecker 2
Page 2 of 12
other sup�l�es or equipment used in handling such materials, such charge
being equal to �he actual amounts incurred plus fifteen {15} percent.
f} Nothing contained herein shall be construed sa as ta obligate City to expend
any sums of money. Further, nothing contained herein shall be construed so
as to guarantee to Company that City will canfact Company far any towing
services contemplated by this Contract.
3.2 Invaicinq and Payment. Company sha{I Invoice City once per month.
Company shall include with the invoice such documents as may be reasonably
requested to provide evi�ence of the services provided to th� City, which at a
min�mum shall include copies of the wrecker selection form signed �y the officer
at the scene af the police pu11 andlor perso�nel at the Fort Worth Auto Pound.
Such invoic�; shall be subject ta the review and approval of appropriat� City
�ersonne[. City shall remit payment to Com�any not more than thir�y (30) days
following approval of invaice.
3.3 Comaensation Rev[ew. City sha[I re�i�w on an annual basis #he
compensation provided for hereunder, with the first such review io be conducted
during t#�e month of August 2aQ3, Similar reviews shall occur in August of each
succeeding year f�at this contract is in effect. City shall make adjustments in the
compensation based upon increases or decreases in the cost of doing busin�ss,
taking into consideration fuel, insurance, labor, and such other costs as may be
relevant fo the operation of a towing �usiness.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shall maintain at all times th� fallowing vehicles and equipment
in working condition:
a) A minimum of two (2) wreckers, one of which shall be not less than 14,000
pounds gross vehEcle weight and one of which shall be not less than 10,OD0
pounds gross �ehicle wei�ht, dual rear wheels, equipped with a hydraulic
operafed winch, winch lines, and a boam rated at not less #han 8,OQ0 pound
lift capacity and a wheel lift device rated at not less than 2,5Q0 pounds.
Standard �rVrecker 3
Page 3 oi' 12
b} At a minimum, all wreckers shal! be equipped w�th the following equipment,
which at all times shall be maintained in working arder:
1)
2}
3}
4)
5)
6}
7}
8)
9)
1 Q)
1�}
12}
13)
�4)
Taw bar
Towing lights
Emergency overhead warning lights (red or amber color only)
Safety chain
Fire extinguisher, A.B.C. Type
Wrec�Cing bar
Broom
Ax
Shove!
Reflectors ar traffic cones
Trash container
Two way voice or cpmputer communication between tow truck
and Gompany dispatcher
Backing warning signal
W heef chocks
c) Each wrecker shall �ave the identifying markings required by the Texas
Transportation Code, section 642.002. In addition, each wrecker shall provide
Notice of Complai�t Procedures to the owner of a towed vehicle as outlined by
the Texas Department af Transpor�afiion Rules and Regulations as contained in
43 Texas Admit�istrative Cade, Chapter 18, subcha�fer 18.89, as same may be
amend�d from time to time.
d) Eacn tow truck and the required eq�ipment shall be inspect�d by the
Chief af Palice or his authorized designee �rior #o being used for services
cantemplated by this contracf. In addition, each tow truck and the required
equipment shall be subject to intermittent inspection to assur� compliance with
this confract.
S�andard Wre�ker 4
1'age 4 of 12
0
�J.
INSURANCE REQUIREMENTS
Company shall maintain insurance #rom insurers acceptable to City of the
fallowing types and amounts:
5.1 Commercial Ceneral Liability
$5a0,400 eacY� occurrence
$500,000 aggregate
or
Garage Liability
$500,p00 each accident, otF��r than auta
$500,000 aggregate
5.2 Automobile �iability
$50p,OQ0 each accident, cambined single limit
This coverage shall include all vehicles owned or non-owned that are
operating under Company's operating authority.
5.3 CargolOndHoo�
$30,Q00 per unit
Coverage shall includ� both the unit being towed and its contents.
Units covered shall include but not �e limited to motor vehicles,
trailers and boats. Coverage shall be written on a direct primary
basis.
5,4 GARAG�K����R'S �IA�ILIiY
$30,000 per unit
5.5 Worker's CompensationlAccident Insurance
Coverag� shall meet fhe minim�am requirements of state law as con-
tained in the Motor Carrier Rules and Regulations.
5.6 Cur�'ent insurance cer�ificates shall remain on file with the City during the
term of this Contrac#. Insurance coverage may, at the sole discretion of the Ci#y,
be re�ised upwar�d upon thirty (30) days prior written notEce to Company. Policies
shall be endorsed as follows;
Standard Wreckcr 5
Page 5 oC 12
. ,
a} The City, its officers, employees and servants shail be endorsed as ar�
additional insured on alf policies except employer's liability insurance
coverage und�r the workers' compensation insurance policy.
b) Certificates of insurance shall be delivered to fhe supervisor of �he City of
Fort Worth Auto Pound, 130'I E. Northside Drive, Fort Worth, TX 76'102, prior
to any work being perFormed under fhis cantract.
c) Any failure on part of t�e City fo request required insurance
documentatian shall not constitute a waiver of the insurance requirements
specified herein.
d) Each insurance �olicy shall be en�orsed to �rovide the Cify a mir�imum
thirty days natice of cancellation, non-renewal, andlar matarial change in
policy terms or co�erage. A ten �ays nofice shall be acceptable in the event
of non-payment of pr�mium.
e} Insurers must be autharized to do business in th� 5tate of Texas and
ha�e a curren� A.M. Best rating of A: V[! or equ�valent measure of financial
strengtf� and solvency.
fj Deductible limits, or self-funded refention limits, on each policy must not
exceed $10,Q00.00 per occurrer�ce unless otherwise appraved by the City.
g) Other than worker's compensation insurance, in lieu of tradifional insurance,
City may consider alternative coverage or risk treatmenf ineasures throug�
insurance pools or risk ret�ntion groups. The City must approve in wrifing any
alternative coverage.
h) Workers' compensatior� insurance policy(s) covering employees shall ba
endorsed with a waiver of subrogation providing rights of reco�ery in fa�or of
the City.
i) City shall not be responsible for the direct payment of insurance premium
costs,
j} lnsurance po{icies shalf each be endorsed to provide that such insurance
is primary protection and any self-funded or commercial cov�rage maintained
by City shal� not be called upon to contribufe to Ioss recovery.
Stand�rd Wrec�Cer �
Page G of l2
a
k} Company shall report, in a tim�ly manner, tn City's officially designat�d
contract administrator any known loss occurrence which could give r�se to a
liability claim or lawsuit or which could result in a property lass.
f) Company's liabifity shall not be limi�ed to the specified amounts of
�nsurance required herein.
m} Upon the request of Cify, Company shall provide comp�ete capies of afl
insurance policies required by these contract documents.
�.7 In the event a state or federal law, rule or regulation per�aining to wrecker
service companies operating within tne State of Texas exceed insurance
requirements specified herein, such state or federal law, rule or regulation shalf
prevail for the respecti�e type of insurance coverage andlor limit tnereof.
�.
DIJTIES AND RESPONSIBILITIES OF C�MPANY
Company, during the t�rm of this contract, shall perform the follawing duties
and have tha following r�:sponsibil�ties:
a) Maintain as its primary business the towing of vehicles or trailers by
wreckers meeting the requirements of paragraphs 4(a} and �}(b) above.
"Primary business" shall mean that Company receives more than fifky per-cent
(50%} of it gross revenues from the towing of vehicles and trailers. Afl of
company"s records shall be open to r�asonable inspection, �oth at the time of
execution of this a�reemenf and at any time during the term hereof, to verify
compliance with �his condition.
b) Maintain a curr�ntly licensed vehicle sforage facifity located within the
corpo�ate limi�s of the City. "Vehicle storage facility" shall mean a facility
operated by a persan licensed under Article 6687-9a, Revised Statutes.
c} Maintain business operation iwenfy-four (24� hours a day, seven days per
wee�C.
d} Respond to all calls contemplated by th�s contract within fhir#y (30) minutes
of notificatio�, except in extraordinary sifuations where delay is caused by ice,
snow or other weather relafed conditions. 1n #he event Com�any fails to
respond as required, City may no#ify anoth�r wrecker company and Company
Standard WmCker '�
Page7oF12
7.
TERMINATION AND SUSPENSION
7.1 This contract may be terminated or suspended by City for any of fhe
following causes:
shall not be entitled to ihe compensatian tio which it would have been entitled
had it arrived timely.
e} Maintain on file with the City �he name of the owner, president or chief
executive officer, business address, and telephon� number; further, Company
shall notify the City of any change of ownership, president or chief executi�e
officer, or chang� of address within five {5) �usiness days of any such chang�.
f) Deli�er the motor vehicle being towed to the location witnin the corporate
limits of City designated by the poEic� officer at the scene of the pull. Delivery
shall �e made without delay or detour.
g) Fully cooperate with .any investigation conduc�ed by the City regarding
complaints against Company, whefher or not such complaints arise out of
services contem�lated by this Contract.
h} S�iall not become del�nquent in the payment of any taxes due to City.
i) Shall not go to any accident scene unless t�e Company has been called to
the scene by the owner or operator of a vehicie or an authorized representative
of same, or by the City.
�} Completely remove ail debris resulting from any accident to whic� �he
Company is responding. Removal of debris shall not be considered complete
by m�rely sweeping it to the curbline.
�C} Shall not solicit ar�y wrecker business within fhe corporate limits of City at
the scene of a wreclted or �isabled vehicle, regardiess of whether the
solicitation is for the purpose of soliciting the business of towing, repairing,
wrecking, storing, trading, or purchasing the vehicle.
I} Shall only employ drivers of taw trucks authorized to operate same.
m) Provide the Pol�ce Pound personnel with an invoice ai ihe time the uehicle
is delEvered to the Auto Pound tagether with the signed wrecker selection form
ta be provided.
Standard Wrecker
Page S of 12
:
� .
a) Violation of any term andlor condition specified in this contract.
b) Failure to notify the Communications Division of the Police Department
within fiftesn (15} minutes from the time of notification if the Company will
be unable #o respond within the thirty �30) minutes allotted for a response to
a call for wrecicer service.
c} Permitting a tow truck to be operated by anyone while under the influe�ce
of a�cohol andlor drugs.
d) Permitfiing a tow truck to b� opera�ed by anyone whose operator's license is
suspended.
e} Transferring or assigning any caq far service ta any other company
f) Any sustained complaint of tf�eft by personnel of Company whil� acting in
their capacity as employees of Company, whether occurring during a police
pul� or otherwise.
g) Any sustained compla�nt of threat� made by personnel of the Company
while acting in their capacity as employees of Company made against tf�ird
parties durin� a police pull or otherwise.
h) Failing to comply with all directians of police persor�nel a# the scene of a
palice pull or civilian employee at the Palice Pound. Company may requast
a police supervisar to validate any such direction given.
i) Five (5) passes witt�in a thirty �30) day period. Pass in this paragraph shall
mean Company failing fo notifiy the City of its �nability to respond to a
request for service as required by paragraph 2 above.
j} Ten (10) pass�s wiihin a thirty (3D) day period. Pass in this paragrap.h shall
mean a Campany notifying fhe City of its inability fo respond to a request for
service as required by paragra�Y� 2 a�o�e.
k) Violation of any rule or regulation contained in Exhibit "A" attacned hereto,
I) Failure to comply with any sta�e or federal law or city ordinance related to
the operation of a wrecker company.
7.2 . City shap notify Company in writing of its intent to terminate or sUs�end for
cause twenty (20} days prior to such suspension or termination. Company shall
hav� th� rignt to request a i�earing befor�: the Chief of Pofice or his designea
Standai�l Wracker 9
Page 9 of 12
regardin� the intent to terminate or susp�nd far cause by req�esting a hearing in
writing within five (5} business days after receipt of notice of intent to termina#e or
suspend. A hearing shall be conducted within fifteen (15) days of the request for
hearing. The City, in its sole discretion, may temporarily suspend this cantract
during any appeals pracess.
7.3 In the evc�nt this contract is sus�ended for cause, the suspension st�a1l be
for a period of time of not fess fihan six (6) months nor more than twelve {12)
months.
7.4 ln th� event City s�s�ends or terminates this contract for cause, and the
cause for such suspens�on or termination is determined to be invafid, Company's
sole remedy shall be reinstatement af this contract. Company expressly waives
any and a11 rights to monetary damages, including but not limited to actual ar�d
punitive damages, court costs and attorney's fees.
8.
WDEMNIF{CAT10N
With regard to any liability which might arise hereunde�-, City and Company
agree that they shall be sofely and exclusively liable for the neglEgence of its own
ag�:nts, servants, subcontrac�ors and employees and that n�ither party sha[I [ook
to the other parky to sa�e or hold it harmless far the cons�quences of any
negligenc� on the part o�' one of its own agent, servant, subcontractor or
employee. Nothing contained herein shall be construed to be a waiver �y City of
any right of pratection that it enjoys under applicable State or �ederal law.
9.
ASSIGNMENT
Company sha�! not assign, transfer or sub�et this Contract or any porfiion
hereof to any party without the prior written consent of City �hat shafi not be
unreasonably withheld. Any such assignment, fransfer or sublettin� of thi5
Contract withoUt tl�e consent of ihe City shall be void and shall operate as a
termination hereof.
Stand'<il'fl Wl'eCicEi' 1O
Page E 0 af ] 2
�a.
ZONES AND ROTATION �IST
1Q.1 City shall divide the city into four (4) zones that shall correspond to the four
(4) patrol divisions. Company sha{l be assigned to the zone or an adjacent zone ir�
which it mainfains its �rincipal place of business.
1�.2 City shall create a rofation list within each of the faur {4) zones that will
dictate th� order in which wrecker companies ar� contacted.
� 0.3 City may request Company to cond�ct a police pull within any zone, and
Company agrees to use i#s best effor�s to arrive at the scene of the police tow
within thirty (30) minutes.
11.
INDEPENDENT CONTRACTOR
It is understood and agreed by the parkies hereto that Company shall
perform all wor�C and services hereunder as an independent contractor, a�d not as
an officer, agent, servant or employee of the City. Company shall have �xclusive
cor�trol of and the exclusive rignt to control the d�tails af the work or service io be
�erformed �er�under, and all persons performing same on behaif of Company,
and shall be salely responsible for the acts and omissions ofi its officers, agents,
servants, employees, contractors, subcontractors, licensees and invitees. The
doctrine flf respondeat superior shall not apply as between tne City and Company,
its officers, agents, servants, employees, contrac�ors ar�d subcontractars, and
nothing herein shall be construed as creating a partnership or joint venture
between the partiss hereto.
Standa��d Wrecker 11
Page 1 l of 12
, ..
In witness whereof, the parties hereto have executed this Contract on the 1 ��
day of , 20��
ATTEST: CITY 0� �ORT WOF�T"H
: . M ' r _ -
� ' 1 �'--
_ ,�.
Gloria Peai�san
City Secrefary
� �, _ .
-- '�-�. By� .L�ibby W�son
Assistant City Manager
APPROVED AS TO FORM
AND LEGAtITY
Assistant Ci Attor en y
ATTEST:
Corporate Secretary
. _
�. . �,
i �� �.w �; ' ,
_ 4 j �
�'an��act� Authori�a�tiox�
�F `,� � � '' �. �- �
�ate
Muracombi Enterprises
Inc. dba ABC Wrecker &
DFW Wrecker
(Company Name}
By: l� ���
Kath R� President �
Y .
Standard Wrecicer I2
Pa$e 12 oi' l2
,�, �����i�ti� ������
�i� ��������
' �� '+�'�1��1R� _ ���?
- � - -
�����IT A
AU'�`O F�LTl�TD
The following rt�les �nd regulatiotis wili b� failowed 6y AL�, �Wrecicer Cnmpanies
upon arrival at the Auio Pound.
1. The entry gate will not be blocked by wrecke�s waiting to e�zter or exit �he AL�ta
Poitnd.
2. No wrecl�er shall enter tl�e Atiito Pouild vvitl�. ��ore than one (1) person/operator,
u��less auti�o�-ized Uy the on duty shift supervisor, Tl�is �vvill be done on a case by
case basis.
3. For safety rcasons, a Car Camer will be rec�uired to off load their cargo when
possible. Tlus shall l�e dete�rninedUy tl�a ox� duty supervisor.
4. �iveiztori�s sllould l�e 1�andled i�� an e�peditious mann.er whe�i possible. I�owever,
Auto Paund persoi��] are required to do a comp��te and precise inventory of al]
prapei-�y and vellicles. A s�ecific tin7e franle waLild be unpossihle to ii�stihite.
S. No wrecic�r driverioperator will assist witli a�Zy ii�ventoay being C011CIliCt�C� Uy
A�ito Potuld persannel.
6, The use of Ca�' Can-iers, extra tiil�e, extra eqtiipment, etc., shall be sul�ject to
approval Uy the Wrecker Adminzstrator or Auto Pau��d �upervisor.
7. Wrecicer drive�sloperaiorslowi�ers sliall Ue required to follaw any directions or
instructions giveii by Auto Pauiid persannel.
S. V�Ireclter Coinpany Owners shall assist and comply �rith any i�vestigation
perfc�rmed by Auio Pouild persoxnlel or the Fort Wo�-th Police D�partrnent in
regards to their com}�ax�.y, driver, operator and or business withoitt hesitation.
9. Vzfllatioiis of any of the above nil�s shall i�e suUject to review by the Wrecicer
Admix�istrator or A.uto Pou�d Supervisar.
Tl�e ALlta Pol�nd Supervisor ar a IZig�ier Ievel of coin�r�and n�.ay deteixrune
discipluiary actinii up to and including te�-���znaiion of contract.
City o� 1�'o�t T�Vo�rtlz, Texas
cr��� ��d ������� �,.����n�c����n
DATE REFERENCE NUMBER L�G NAME PAGE
418/03 ��1 �5e�,� I 35TOWS ` 1 of 2
sus.��cT SUPPLEMENTAL APPROPRIATION 4RDINANCE AND CONTRACTS FOR NON-
. C�NSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VENDORS REQUIRED BY CITY ORD[NANCE FOR THE POLICE DEPARTMENT
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize contracis for Police D�partment requested nan-cansent towing of wrecked or abandan�d
vehicles fram multiple vendors as required by Sectian 34-181 of the Code of the City of Fart Warth
(1986), as amended, and
2. Authorize the contracis to begin April 8, 2003, ar�d expire September 30, 2003, wifh options to
renew far four ad�itionaf one-year periods; and
3. Adapt the attached supplemental appropriatio� ordinance increasing estimated recei�ts a�d
appropriatians by $446,944 in the General F�nd from a�ailable fiunds.
DISCUSSION:
5ection 34-181 of the Code of the City of Fort Worth (1986}, as amended, required that a!I police
depar#ment, non-cansent tows, shall lae undertaken pursuant to contract, specifiically exec�ted between
the Cit� and a wrecker company. The Public Safeiy Committee extensively reviewed the new ra�es and
unanim�usiy apprvved this recommendation on March 25, 2003. �
T�ere are three types af cant�acts and rates as f�llows:
� 5tandard tflw truc�s $100
� Ti�t bedlrollbac� tow trucks $925
� Tan�em fow truc�Cs $180
Contracts will be executed with any vendor desiring to pertorm r�on�consent tows for the Police
Departm�nt, if they meet th� contract r�quirem�nts such as tawing operations being th� uendors
primary business, equipmer�t specifica#ions, insc�rance, and a locally licensed storage faclity.
The fees for serviees to be provided and assignment to one of four zones are the same as contained by
City Cade. The estimated expenc�iture for these services is $� .$ million per year including the
anticipated increase (o'f $446,944) for tf�e remainder of the fiscal year based on the re�ised rates. This
increase will be offset by revenue caflected as fees.
RENEWAL OPTIONS - These contracts may be renewed for up to faur successive one-year terms at
the City's option. This action does not require specific City Council approval provided the City Council
City of �'o�t Wo�t�t, 7'exas
����r �rr� ��u�n��! ������t�c�����t
DAT� R�F'ERENC� NUIV�BER LOG IdAME PAG�
��s�o� �o� 9��� 35T�WS 2 of 2
su�.��cr SUPPLEMENTAL APPROPRIAT[ON ORDINANCE AND CONTRACTS FOR NON-
C�NS�NT TOWING OF WRECK�D OR ABANDONED VEHICLES FROM MULT�PLE
VENDORS REQUIRED BY CfTY �RDINANCE FOR THE POLICE DEPARTMENT
has appropriated sufficient funds fo satisfy the City's obligation during the renewal term.
FISCAI. IN�ORMATION/CERTIFICATION:
The Finance Direcior c�rti#ies fihaf upon appraval and completion ofi the above recommer�dations and
the adoption of the attached su�plemental appropriation ordinan�e, funcfs wi�l be a�ailable in the current
operating budgei, as appropriated, of the General Fund.
LW;r
Su6mitted for City 1Vlanager's
Oftice by:
I FU]�D I ACCOUNT �
� (t0)
I GG09 539120
G 183 GGOi 462624
�
48386 I (from}
GGO'E 539120
�
78262 �
CENTER � AMOUNT
0353403 $446,944.00
0353403 $446,944.00
CITY S�CRETARY
Libby Watson
Originating �epartmenf 13exd:
Ralph Mendoza
Addit'ranal InfprmAtion Contact:
Susan Alanis
� N'PRQVED 44/�81�3
�353403 $446,944.00 ORD.# 15517