HomeMy WebLinkAboutContract 286450
CONTRACT FOR TOW TRUCK SERVICE
(TILT BEDIROLL BACK)
���� �������� g�������
GC�NiRACT �!p ,
WHEREAS, the City of Fort Worth occasionally requires the services of
tow trucks; and
WHEREAS, sucn tow trucK services are necessary to protect the safety of
the citizens of the City of Fort Worth,
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
The City of Fort Worth, hereinafte� refarred to as "City", acting her�in by
a�d through Libby Watson, its duly author�zed Assistant Gity Manager, and
Postrac ]nc. dba Beard's Towina, hereinafter referre� to as "Company", acting
herein by and through Mike Posf, its duly authorized President, agree as follows:
�.
SERVICES
City hereby contracts with Company to provide po[ice pull towing service.
As us�d herein, "police pulf" sl�all mean thaf the Fort Warth Palice Deparkment
has called Company from fhe rotation list to either remove a wrecked or disabled
�ehicle or to remove a �ehicle in a safe driving condition, but the orrvner is r�ot
presenf, able or p�rmitt�d to drive or to make authorizations.
�
TERM
The initial term o� this contract shall expire on Sepfemb�r 3Q, 2003. In
addition ta the initial term of this contract, there shall be four o�tions to renew far
ferms of one year each, unless earlier ferminated as hereinafter pro�ided.
Renewal shall occUr upon City including in its budget for the options years
sufficient funds to pay for its abligations hereunder and Company providir�g proof
of insuranc� to City.
3.
COMPENSATION
3.'1 Com�ensation. As compensation for providing the s�rvices
contemplated by this Contract, City agrees to pay Company as follows:
�����9�� ������
�I� ���������'
�
� ��� ���,+ ���
a) Towaae. A charge of one hundred twenty five dollars {$�25.Q0) for fowing
such vehicle from ane pai�t on a streei to another location within the
corporate limits of the cify as directed by the police officer at th� plac� where
the tow originated; sucn charge includes ane-half hour of Extra Work. In tf�e
event Company responds to the scene of a police pul! with a tilt bedlroll back
trttck when tf�e police pull couid i�ave been accom�lished with a standard tow
truc�C, Company shall be entitled to the reduced charge of One hundred
dallars ($100.00).
b} Second tow veh�cle. ln the event ihe police officer at the scene determines
that a standard tow vehicle is required in addition to the tilt bedlroll back
truck, a charge of One hundred Dollars ($�00.00} per hour, with a minimum
cnarge of ane hour, bilfed in increments of fifteen (15) minutes while at the
scene of the police pull. A police supervisor shall approve the use of a
second tow trucK. Travel time is excluded.
c} Extra work. An additiana� charge of �ne hundr�d dollars ($'f00.a0} per
hour, wit1� a minimum charge of o�e hour, charged in increments of fifteen
{� 5) minutes, for removing vehicles �hat are off the street right-of-way, such
charge fo be made from the time tf�e operator begins io remove th� vehicle
until if is on the traveled po�tion of the street. Even though the vehicle is
within the street right-of-way, an addifiional charge may be made if fhe vehicle
is Iflcated in some unusual conditian within the right-of-way, such as, but not
limited to, a river or a cresk bed ar a ditcF� af greater depth than th� ordinary
bar ditch. Extra work shall only be al�owed when authar�zed by a police officer
at the scene of the pull. The charges for such extra work shall be reviewed
and approved by the Aut� Pound Wrscicer Administrator. Extra work
excludes travel time, waiting time, and clean-up time.
d) Handiinq hazardous materials. Wf�en the cargo of any motor vehicle or
trailer includes explosive, nuclear, radioactive, hazardous or corrosive
material�, as defined by the Environmental Protection Agency, T�xas
Department of Transportation, ar the Texas Commission on Environmenfai
Quality, a fee equal to one hundred-fifty (150) p�rcent of the cY�arges
Tilt Wrecker �
Page 2 of l2
1 �
permitted under subparagraph "a" above. in addition, a charge may be made
for expenses �ncurred related to �rotec�iv� clothing and any other supplies or
equipment used in handling such materials, such cf�arge being equal to the
actual amounts incurred plus fifteen (1 �) percent.
e) Nothing contained herein shall be construed so as to obligate City to expend
any sums of money except for work actualiy performed, F�rther, nothing
contained herein sha11 be construed so as to g�arantee that City will contact
Company for any towing service contemplated by this Contract.
3.2 lnvoicinq and Pavment. Company shal[ lnvoice City once per month.
Company shall include with fhe in�oice such �ocuments as may be reasonably
requested to provide evidence of the services provided fo the City, which af a
minimum shall include copies of �he wrecker selection form signed by ihe offiicer
ai the scene of �l�e �olice �ull andlor personnel at the Fort Wort� Auto Pound.
Such invoice shall be subject to the review and approval of appropri�te City
personnel, City shall remit payment to Company nat more fhan thir�y (30) days
foflowing approval of invoice.
3.3 Compensation Review. City shall review on an ann�al bas�s the
compensation provided for hereunder, with the first such re�iew to be conducted
during the month of August 2003. Similar reviews shall occur in August of each
succeeding year that this contract is in effec#. City sha11 make adjustments in the
compensation based upon increases or decreases in the cost of doing business,
taking into considerafion fuel, insurance, labor, and such other costs as may be
rele�ant to the operation of a towing business.
4.
VEHICLE AND EQUIPMENT REQUIREMENTS
Company shall maintain at all times the following veh�cles and equipment
ir� working condition:
a) A minimum of one (1) tilt bedlroll back dual rear wh�el wrec�Cer rated at nat
less than �A�,000 pounds gross vehicle weight.
b) At a minimum, alE wreckers sha[I �e equip�ed with the following equipment,
which at all times sha11 be maintained in working order:
'cilt wrecker
P��� 3 or iz
3
i +
1)
2)
3}
4)
5)
6)
7)
8)
9)
�0)
11)
12)
� 3}
14)
� 5)
Tow bar
Towing lights
Emergency overhead warning lights {red or amber color only)
Safety chain
Fire extinguisher, A.B.C. Type
Wrecking bar
Broom
Ax
Shovel
Reflectors or traffic cones
Trash container
Two way voice or computer communication between tow fruck and
Company dispatcher
Backing warning signals
Wheel chocks
Traffic cones
c) Each wreck�r shall have the identifying markings required by the Texas
Transpor�ation Code, section G42.402. In addition, each wrecker shall provide
Notice of Complaint Procedures fo the owner af a towed vehicle as outlined by
the Texas Departm�nt of Transportatian Rules and Regulatians as contained in
43 Texas Administrafive Code, Chapter �8, subchapter 18.89, as same may be
amended from time to time.
d} Each tow truck arid the required equipment shall be inspected by the Chief of
Pofice or his au�horized designee prior to being used for services contemplated
by this contract. In additian, each tow truck and the required equipment shall be
subject ta intermittent inspec#ion to assure �ompliance with this contract.
Tilt Wrecker
Pagc 4 af l2
�
r
�
INSURANCE REQUIREMENTS
Company shall maintain insurance of the foElowing types and amounts firom
ins�rers acceptable to the Cify:
5.� Commercial Genera[ Liabifiiy
$500,000 each occurrence
$500,000 aggregate
or
Garage I�iabiiity
$5Q0,000 each accident, other than auto
$500,000 aggregate
5.2 Automobile Liability
$50(},OOQ each acciden#, combined single fimit
This co�erage shall include a1{ vehicles owned or non-owned that are
operating under Company's opera�ing authority.
5.3 CargolOn�Hook
$3D,000 per unit
Coverage shall include both the unit being tow�d and its contents.
Units covered shall include but nat be limited to motor vehicies,
trailers and boats. Coverag�; shall be written on a direct primary
basis.
5.4 GARAG�KEEF'�R'S LIA�ILITY
$30,000 p�r unit
5.� Worker's CompensationlAccident Insurance
Coverage shall meet the minimum requiremer�ts of state law as con-
tained in the Motor Carrier Rules and Regulations.
5.6 Current insurance cer�ificates shall remain on file with the City during the
term ofi this Contract. Insurance coverage may, at the sole discretion of the City,
be revised upward upon thirty (30} days prior written notic� to Company. Policies
shall be endorsed as follaws:
Tilt Wrecicer
Page 5 of 12
5
a} Th�e City, its officers, employees and servants shall be e�dorsed as an
additional insured on all palicies except employer's liability insura�tce
coverage under the workers' compensation insurance policy.
b} Certificates of insurance shall be delivered to fhe supervisor of the City of
Fort Worth Auto Pound, 1301 E. Norfhside Drive, Fort Wortn, TX 76102,
prior to any vvork being performed under this contract.
c) Any failure on part of th� City to request required insurance
documentation shall not consfitute a waiver af the insurance requirements
specif�ed herein.
d} Each insurance policy shall be endorsed to provide tne City a minimum
thirty days notice of cancellation, non-renewal, andlor material change in
policy terms or coverage. A ten days notice shafl be acce�table in the
event of non-payment af premium.
e) Insurers m�st be authorized fo do business in th� State of Texas and
have a current A.M. Best rating of A: Vll or equi�al�nt meas�re of financial
strength an� solvency.
f) Deductible limi�s, or self-funded retanfiion limits, on each palicy must not
exceed $10,OflQ.QO per occurrence unless otherwise approved by the City.
g) �ther than worker's compensation insurance, in fieu of traditional insurance,
City may consider aiternative coverage or risk treatment measures through
insurance pools or risk retention groups. The City must approv� in writing
any alternative coverage.
h) Workers' campensation insurance policy{s) co�ering employees snall be
endorsed with a waiver of subrogation providi�g rights of recovery in favar
flf the City.
i) City shall not be responsible for the direc# paym�nt of insurance premium
costs.
j} Insurance po[icies shall each be endorsed to provide that such insura�ce
is primary protection and any self-funded or commerciaf co�erage
maintained by City shall not be calfed upon to contribute to loss recovery.
7"i]t Wrecker
Page G of 12
�
, �
Q
DUTiES AND RESPONSIBILITIES OF COMPANY
k) Company sha�l report, in a timely manner, to City's officially designated
contract administrator any known loss occurrence which could give rise to
a liability claim or lawsuit or which could result in a property �oss.
I) Company's liability shall not be limited to the specified amounts of
insurance required herein.
m) Upon the request of City, Company shall pro�ide complete copies of all
insurance policies required by these contract documents.
5.7 Irt the event a s�ate or federa[ 1aw, rule or regulation pertaining to wrecker
service compani�s operating within the State of Texas exceed insurance
requiremenfs specified herein, such state or federal law, rule or regulation shall
prevail for the respecfive type of insurance coverage andlor limit thereof.
Company, during the term of this contracf, shall perform the fallowing duties
and have the following responsibilities:
a) Maintai� as its primary business the towing of �ehicl�s or trailers by
wreckers meeting �he requirements of paragraphs 4(a} and 4(b} abave.
"Primary business° shall mean fhat Company recei�es mo�e than fifty per-
cent (50%} of it gross revenues from the towing of vehicles and trail�rs. All
of company's records shall be open to reasonable inspection, both at the
time of execution of this a�r�ement and at any time during the term hereof,
to verify compliance with this condition.
b) Maintain a currently {icensed �ehicle sforage facility located within the
corporate limits of the City. "Vehicle storage facility" shall mean a facility
operated by a person under Article 6687-9a, Revised Statutes.
c) Maintain business operaiion fwenty-faur (24) hours a day, seven days per
wee�C.
d) Respond fo all calls contemplated �y this contract within thirty {30} minutes
of notifiication, exce�t in extraordinary situations where delay is caused by
ice, snow, or oth�r weafher r�lated canditions. ln the event Company fails to
�'1�l W3'@C�S�1'
Page 7 oC 12
�
� 1
respond as required, City may notifiy another wrecker compar�y and
Company shall not be entitled to the compensatian to which it would have
been entitled had it arrived tim�ly.
e) Maintain on fife with fhe City the name of the owner, president or ehief
executive officer, business address and tefephone number; further
Company shali notify the City of any change of ownershi�, president or
chief executive officer, or change of ad�ress within five (5) bus�ness days of
any such change.
f) Deli�er the motor vehicle being towed to the IocatEon withir� the corporate
limifs of City designated by the pofice officer at the scene vf the pul[.
�elivery shall be made witha�t delay or detour.
g) Fully cooperate with any in�estigation eonducted by the City regarding
complaints against Com�any, whether or not such complaints a�ise out of
services contemplated by this Confract.
h} Shal{ not become delinquent in the payment of any taxes d�e to City.
i) Shall no# go to any acci�ent scene unless the Company i�as been cafled to
the scene by the owner or operator of a vehicle or an a�thorized
representative of same, or by the City.
j) Completely remove all debris resulting from any accident to w�ich the
Company is responding. Removal of debris shall not be considered
com�lete by merely sweeping it to the curbline.
k} Shall not solicit any wrecker business within the corporate limits of City at
the scene of a wrecked or disabled vehicle, r�gardless of whether the
salicitation is for the purpose of solici�ing the business of towing, repairing,
wrecking, storing, trading, or purchasing the �ehicle.
I} ShaE1 only emplay drivers af tow trucks authorized to operate same.
m)Provide the Police Pound personnel with an invoice at fihe time the �ehicle
is delivered to the Auto Pound together with the signed wrecker selection
form to be provided.
Till Wrecker
Page 8 of 12
$
�
7.
TERMINATION AN❑ SUSPENSION
7.1 This contract may be terminated or suspende� by the City for any of th�
following causes:
a} Violation of any term or condition specifie� in this contract. .
b} Failure to notify fhe Communications Division of the Police Department
within fifteen (� 5) minutes from tne time of notification if the Company will
be unable to respond within the thirty (30} minutes allotted fior a response to
a wrecker call.
c} Permitting a tow truck to be pperated by anyone while under the influence
of afcohol andlor drugs.
d) Permitting a tow truck fo b� op�rated by anyone whose operatnr's licensa
is suspended.
e) Transferring or assigning any call for serrrice to a�y other company
f) Any sustained complaint of theft by personnel of Company while acting in
their capacity as employees of Company, whefher occurring during a�alice
pull or otherwise.
g) Any s�stained complaint of threats made by personnel of the Compar�y
wY�ife acting in their capacity as employees of Company made against fhird
parties d�ring a police pulf or otherwise.
h) Failing to comply with all directions of pofice personnel at the scene of a
Police �ull or civilian or police personnel at the Po[ice Auto , Pound.
Company may request a palice supervisor to �alidate any such direction
given.
i} Failure to comp{y with any state or federal iaw or city ordinance related to
the operation of a wrecker company.
j) Five (5) passes within a thirty (30) day period. Pass in this paragrap� shall
m�an Company fai[ing to natify the City of its inability to respond to a
request for service as required by paragraph 2 above.
T�it w��e�k�T
Page 9 of 12
9
0
k) Ten (10) passes within a thirty (30) day period. Pass in this paragraph
shall mean a Company notifying ihe City of its inability to respottd to a
reques# for se�vice a� requir�d by paragraph 2 above.
I) Vialation of any rule or regulation canfained ir� Exhibit "A" attached hereto.
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 terminaiion. Company shall
have the right fo request a hearing b�fore the Chief of Police or his 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 terminate or
s�as�end. A hearing shall be conducted w�thin fifteen (15) days of the request for
hearing. The City, in its sole discretion, may femporarily suspend tnis contract
during any appeals process.
7.3 In th� event this contract is suspended for cause, the suspension shall be
for a p�riod of fime of not less than six (6} months nor more than twelve (� 2)
months.
7.4 ln fhe event Cify suspends or terminates this contract for cause, and the
cause for such suspension or termination is determined to be invalid, Com�any's
sole remedy shall be reinstatem�nt of fhis contract. Company expressly waives
any and all rights io monetary damages, including but not limi�ed ta actua� and
punitive damages, court costs and attorney's fees.
8.
INDEMNIFICATION
With regard to a�y lia�ility which might arise hereunder, City and Customer
�gree that they shall b� solely and exclusively [iable for the negligence of its own
agents, servants, subcontractors and employees and that neither party shall look
to the oth�r party to save or hold it harmless for the consequences of any
negligence on the park of one of its own agent, servant, subcon#raetor or
empioyee. Nothing cantained herein shall be construed to be a wa�ver by City of
any right of protectian that it enjoys under applicable State or Federal law.
Tilt Wrecicer
Paoe 10 of 12
1�
�
ASSIGNMENT
Company shall not assign, transfer ar sublet this Contracf or any portion
hereof to any party without the prior wri�ten consent of City that shall not be
unreasonably withheld. Any such assignment, transfer or subletting of �his
Contract shafl be void and shall o�erate as a termination hereof.
� Q.
ZONES AND ROTATION LIST
A. City shall divide the city info four (4) zones that shall correspond to the four
(4) pafrol divisions. Company snall be assigned tp the zone or an adjaceni zane in
whic}� it maintains its principal place of �usiness.
B. Cify shall create a rotation list within each of the four {4) zones that will
dictate the order in which wrecker companies are contacted.
G. City may request Campany to conduct a police pull within any zone, and
Company agrees to use its �es� effarts to arrive at the scene of the police puil
within thirty (3Q} minutes.
11.
INDEPENDENT CONTRAGTOR
It is understood and agreed by the parties hereto �hat Company shal!
p�rForm all work an� services hereunder as an independent contractor, and not as
an officer, agent, servant or employee of tf�e City. Company shall have exclt�sive
control of and the exclusive right fo control the detaiis of tf�e work or service to be
performed hereunder, and all persons performing same on behalf of Company,
and shall be solely responsible for the acts and omissions of its ofFicers, agents,
servants, emplayees, contractors, subcontractors, licensees and invitees. The
doctrine of respondeat superior shall not apply as between the City and Company,
its afficers, agents, s�rvants, employees, contractors and subcontractors, and
nofhing herein shall be canstrued as creating a partnership or joint �enture
between the parti�s hereto.
In witn�ss whereof, fhe parties Y�ereto have executed this Contracf on the
� �''� day of , 20Q3
7'ilt Wrecker 11
Puge 1 l oC 12
r
ATTF.�iT:
y
" ' r �
_ _ �_ �_ � � -�-r-
Gloria Pearson
City Secretary
APPR01/ED AS TO FORM
AND LEGALITY
_ �
ssistant ity A#torney
ATTEST:
Corparate Secretary
CITY.�' �'�RT W�'RTH
�; /, _ �
'�ibby ��tson
Assist'�n# City Manager
� i t > ,l `# `-f'
contra t �uthorixatiqrs
--Y,_.__ ��0�-. .�.._ ---
����
Postrac Inc. dba Beard's
Towing
(Company Name)
By: . �. � t � "�
M�ke Post, President
�� �������
�'�����
, ���.
Tilt 4Vreeker
Page 12 of 12
z2
�.�.��.�� � �. �
; II I �!� �'� �? � 1vI�
�'�e f�fl8owa��g �a�les �s�� re�����iaY�s vviFl be ffo&flovv�d 6�y �..�, �a�'o'r����� C�u�p�nnes
�a�om ��-rival �f f�e t�uto Pa��a�.
L T11e entry gate r�vill not Ue blociced Uy wrecicers waiii.ilg to enter or exit the Auto
Pou�.�.d. •
2. No wrecker shall eilter tlze Auta �ound with more t��an one (1} ��ersonJoperatar,
unless au.tlsorized 1�y t�e a�1 duty sZvft super�visor. Tlus wiil be do�e oii a case by
c�s� baszs.
3. For safety reasons, a Car Cai1-ier will be req�tired to off load �eu cargo when
possible. This sliall be detennined Uy Yhe on duty sup�rvisor.
4, Inveiltories sllould Ue ha�.dled 'ui an expeditiaus mant�er when possible. However,
Auto Pound �ersoi�zel are requued to da a coinplete and precise iz�venkory of all
property a��d velaicles•. A specif'ic ti�ve fra�x�e would be impassible to institute.
5. No wrecicer driver/operator wil� assist wit� any i��ventoiy being cond.ucted by
A�.rto Poux�d perso��zel.
6. The use of Car Caizier�s, extra tir�ie, exfra ec�tiipf�eilt, etc., shall l�e subject to
ap�raval Uy tl�e Wreclter Aci�iinis�'ator or Auto Poui�d �upervisor.
'�. �7d'recicer drivers/o�erators/owners shall l�e required to follow any di�ections or
insri•uctions giveii by Atito Po�znd pe�'saianel.
8. � Wrecicer CoXl�pai.�y Owners 5b.a.I� a55ISt ax�d comply with any investigation
�erfanaied by Auta Potmd persouuel or tlle Fort Wort1� Folice Departinent in
regards ta tl�ei� coinp�y, driver, operator and ar busine�s wiihout hesitation.
9. Vio�atioi�s of any o�' fl�e above i-ules shall b� sul�ject ta review l�y the Wrecicer
Adl�ziuistrator or Auto Pound Supexvis�r,
TIZe Auto Po�.t�zd Supei-visor ar a hi�I�er level of corrunaud X�.ay detertnine
disciplinaiy actioii up �o and i�cludi�zg ten�u��ation of ca�.ttact.
C'ity of .�'o�t T�ilo�th, TTexas
� �y�� �nd ������Q �����n�c�t���
IJAT� F2EFEREI�ICE NUMBEFt LOG NAME PAGE
418/Q3 �n� g,���. 35T�WS 1 of 2
sus.��cY SUPPLEMENTAL APPROPRIATION ORDINANCE AND CONTRACTS �'OR NON-
CONSENT TOWING O� WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VENDORS REQUIRED BY CITY 4RDINANCE F�R THE POLICE DEPARTMENT ,
RECOMMENDATI�N:
It is recammended tha# the City Council:
1. Authorize co�tracts far Palice Department requested non-consent towing o# wrecked or abandoned
�ehicles from multiple vendors as �equired by Sectian 34-� 81 of the Cade of the Ci#y af Fort Warth
(�986), as amended; and
2. Authorize the contracts to begin April 8, 2003, and expire 5epterr�ber 30, 2D03, wi�h options to
renew for four additional one-year periods; and
3. Adopt th� attached supplemental appropriation ordinance increasing estimated receipts and
appropriations by $446,944 in the General Fund �rain a�ailable f�nds.
DISCUS510N:
Sec#ion 34-181 of the Code of the City af F'o�t Worth (1986), as amended, required that all police
departmenf, nan-cansent taws, shall be undertaken pursuant to contract, specifica[ly executed between
the City a�d a wrecker company. The Public Safety Committee extensively reviewed the new rates and
ur�animously approved this recommendation on March 25, 2Q03.
There are three types o# contracts and rates as fallows:
� Standard tow trucks ��aa
� Tilt bedlrollback tow trucks $125
� Tandem tow trucks $180
Contracts will be executed with any vendor desiring #a �erform non-consent tows for the Pofice
Department, if they meet the contract requirements s�ch as towing operatio�s being the vendors
primary business, equipment specifications, insurance, and a lacally licensed storage facility.
The fees for services ta be pro�ided and assignment ta one afi four zones are the same as contained by
City Code. The estimated expenditure for these services is $1.8 million per y�ar inciuding �he
anticipated increase (of $446,944} for the remainder of fhe fiscal year based on the revised rates. This
increase will be offset by revenue collected as fees.
RENEWAL OPTIONS - These contracts may be renewed for up to four successive one-year terms af
the City`s o�tion. This action daes not require specific City Council ap�roval provided the City Couneil
C`ity of �'ort �o�tl�, T'e.xas
�1��� ��1� �����°�` ���'1�'1�11`��t�t���l
DAT� I��FERENCE NUMBER LOG NAME PAGE
�is�a3 �_� �5,�� ��Tows 2 of z
sUB.��cT SUPP�EMENTAL APPRQPRIATION ORDINANCE AND GONTRACTS FOR NON-
GONSENT TOWING OF WRECKED OR ABANDONED VEHICLES FROM MULTIPLE
VENDORS REQUIRED BY C[TY ORDINANCE �OR THE PC)LICE DEPARTMENT
has appropriated suffici�nt fiunds to satisfy the Cify`s abligation during the renewal term. i
FISCAL INFORMATIONICERTIFICATEON:
The Finance Director certifies that upon approval and �ompletion of the above recommendations and
the adoptian of the attached suppfemental apprapriatian ordinance, fun�s will be avai�able in the current
operating budget, as apprapriated, of the General fiund.
LW: r
Suumitted for City Manager's
Office by:
I FUND � ACCOUI�T I CEN'I'�R
. I �to�
� GC�1 53912Q 0353403
6] 83 I GG�1 462624 0353403
I AMOUNT
CITY S�CRETARY
Lib6}� Watsan
Originating Department Nead:
Ralph iviendoza
Additional Ioformatian Contact:
Susan Alanis
AS386 (from}
GG01 53912b a353403
�
78262 I
$�4�46, 944.00
$446, 944.00
� APPROVEb 04/0$143
$446,944.00 ORI?.# 15517