Loading...
HomeMy WebLinkAboutContract 33672 CITY SECETAR CON R CT NO 0-- STATE OF TEXAS CITY OF FORT WORTH COUNTY OF TARRANT CONTRACT FOR ASBESTOS ABATEMENT OF FORMER HARLEY SERVICE CENTER This Contract is entered into by and between the City of Fort Worth, Texas, a home-rule municipality located within Tarrant County, Texas, ("City"), acting through Libby Watson, its duly authorized assistant city manager, and ponce Contractors, Inc. a Texas corporation, acting through EU;zaba,�n Chc{vez. its duly authorized president/vice-president (°Contractor"). WHEREAS, the City desires to conduct a project for the abatement, removal and transportation and disposal of asbestos containing material from the former Harley Service Center located at 3409 Harley, Fort Worth,Texas; and WHEREAS, the City desires to hire a professional firm knowledgeable and experienced in conducting such asbestos removal, transportation and disposal; and WHEREAS, the Contractor has represented that it is knowledgeable and experienced in conducting such an asbestos removal, transportation and disposal project. WITNESSETH: NOW, THEREFORE, in consideration of the mutual promises and benefits of this Contract, the City and the Contractor agree as follows: 1. DEFINITIONS In this contract, the following words and phrases shall be defined as follows; Asbestos shall mean the asbestiform varieties of chrysotile, amosite, crocidolite, tremolite, anthophyllite, and actinolite and all materials containing one percent or more of any of those substances. Asbestos-Containing Material (ACM) shall mean materials or products that contain more than one percent (1.0°0) of any kind or combination of asbestos, as determined by Environmental Protection Agency (EPA) recommended methods as listed in Section 40 of the Code of Federal Regulations, (CFR) Part 763, Subpart F and 40 CFR 763 Subpart E, Appendix A. This means any one material component of a structure. Asbestos Removal shall mean any action that dislodges, strips, or otherwise takes away asbestos containing material (ACM). City's Representative means the Director of Environmental Management, or the Director's designee. Contract shall mean this document, and the Contractor's Response to the Invitation attached as exhibit"B" and all ancillary documents. Contractor shall mean Ponce Contractors, Inc. Director shall mean the Director of the City of Fort Worth's Environmental Management Department. NESHAP shall mean the United States Environmental Protection Agency National Emissions Standards for Hazardous Air Pollutants, as described in Title 40 CFR Part 61. Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work. It also authorizes future invoices to be paid. Regulated Asbestos-Containing Material (RACM) shall mean (a) friable asbestos material, (b) Category I non-friable ACM that has become friable, (c) Category I non- friable ACM that will be or has been subjected to sanding, grinding, cutting, or abrading, or (d) Category II non friable ACM that has a high probability of becoming or has become crumbled, pulverized, or reduced to powder by forces expected to act on the material in the course of demolition or renovation operations. Invitation means the City's Invitation to Bid DEM06-02:HSC. Subcontract means a contract between the Contractor for this project and another person or company for any task defined in the scope of work. A purchase order is also considered a subcontract. Substantial Completion means the date when the removal is sufficiently completed in accordance with the Contract Documents, as modified by any change orders agreed to by the partes, so that the City can occupy the project or specified area of the project for the use for which it was intended. 2. SCOPE OF CONTRACTOR'S SERVICES The scope of work shall include the abatement, removal, transportation and disposal of asbestos containing material ("ACM") of certain that structure known as the former Harley Service Center located at 3409 Harley, Fort Worth, Texas as listed in Section Contract for Asbestos Abatement CRL06.12060 Page 2 NSC 2.4.1, of the Scope of Work in the Invitation and fully incorporated herein as attachment A. A. Contractor shall follow and abide by The Texas Asbestos Health Protection Act in the Texas Occupations Code, Chapter 1954. B. The scope of work includes the removal, transportation and disposal of the following asbestos-containing materials and asbestos contaminated materials in accordance with all Federal, State, and local rules and regulations. C. Contractor shall furnish all tools, labor, equipment and permits necessary to fully complete the demolition of the structures identified in the bid documents. D. Prior to commencement of any work under this Contract, Contractor shall obtain from the City a written notice to proceed. E. Upon completion of the work, Contractor shall obtain a final inspection from the City. F. Contractor shall protect the work site as necessary with barriers, lights, safeguards or warnings. G. Contractor shall perform, in a good and professional manner, the services contained in this Contract. 3. SCOPE OF CITY SERVICES A. City shall coordinate with facilities, City departments, and any tenants for access to the site; B. City shall prepare and revise all notifications necessary to the Texas Department of State Health Services Health(TDSHS)for the work provided herein; C. City shall make payment of all applicable TDSHS fees; D. City shall give timely direction to the Contractor; and E. City shall render decisions regarding modifications to the Contract and any other issue. Con&act for Asbestos Abatenwff CRLo8.1200vt Page 3 NSC ��A�1� ��Is ��7 ..Yu 1.✓�1,�UUt9 ���10 4. TIME TO START AND TO COMPLETE THE PROJECT Contractor shall begin work upon receipt of the Notice to Proceed issued to Contractor by City and Contractor shall complete all phases of the work within ten (10)days from the date of commencement. 5. COMPENSATION A. In consideration for the work performed by Contractor under this Contract, City shall pay Contractor a sum not to exceed $ $36,324.25. The City shall not be liable for any of Contractor's costs in excess of the Not-to-Exceed Amount unless the City has signed and issued a formal Modification to the Contract. B. The unit prices for the removal and disposal of asbestos as well as the employee labor rates shall be as described in Contractor Response to the Invitation, attached herein as attachment"B". C. Contractor understands and agrees that claims"for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed unless the Contractor can clearly show to City, as determined in the sole discretion of City, why the variation was not identifiable prior to executing this Contract. D. The City agrees to pay Contractor within thirty (30) days after receipt of correct invoices, except as provided in Section 7"Indemnification," subsection H. E. Contractor acknowledges that payment will not be rendered by City unless Contractor completes the demolition and removal of asbestos as described herein and the work is accepted by the Director. F. Periodically during the performance of this Contract, the Contractor's Project Manager shall inform the City's representatives of his/her best estimate of the expenses incurred to that time. In the event that the estimate approximates the Not-to-exceed amount, Contractor shall prepare to cease its operations unless and until the Contract is amended and an authorized representative of the City directs Contractor to perform additional work. G. Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to Contractor was caused by City's failure to provide information, if any, which it is required to do. When extra compensation is claimed, a written statement thereof shall be presented to the City. Cw"ctfor asaeWbsaastement CRc08. INO Page 4 HSC H. In the event that actual expenditures may result in a total cost in excess of the Not-to-Exceed Amount, Contractor must submit a Modification to the Contract in accordance with Section 24. 6. INSURANCE The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the term of this Contract. Prior to commencing work, the Contractor shall deliver to City, certificates documenting this coverage. The City may elect to have the Contractor submit its entire policy for inspection. A. Commercial General Liability Insurance- $1,000,000 each occurrence. B. Automobile Liability Insurance— Coverage on vehicles involved in the work performed under this Contract: a)$1,000,000 per accident on a combined single limit basis or: $500,000 Bodily injury/person $500,000 Bodily injury/accident $250,000 Property damage b) Uninsured/Underinsured Motorist: $20,000 Bodily Injury each person, $40,000 Bodily Injury each accident; $15,000 Property Damage each accident. The named insured and employees of Provider shall be covered under this Policy. The City of Fort Worth shall be named an Additional insured on Endorsement TE 9901 or equivalent, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. C. Worker's Compensation— Statutory limits for Worker's Compensation plus Employer's liability at a minimum: $100,000 each accident; $100,000 disease- policy limit; and $500,000 disease-each employee. D. Environmental Impairment Liability (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s) must be included in policies listed in items A and B above;-or, such insurance shall be provided under separate- policy(s). Liability for damage occurring while loading, unloading and transporting Contract for Asbestos Abatement CRL0612080 Page 5 HSC materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). E. Asbestos Abatement Insurance - $2,000,000 each occurrence with no Sunset Clause. F. The following shall pertain to all applicable policies of insurance (A. through E.) listed above: 1. Additional Insured Clause: "The City of Fort Worth, its officers, agents, employees, and representatives are added as additional insureds as respects operations and activities of, or on behalf of the named insured, performed under Contract with the City of Fort Worth." The additional insured requirement does not apply to Workers' Compensation policies. 2. Subcontractors shall be covered under the Provider's insurance policies or they shall provide their own insurance coverage; and, in the latter case, documentation of coverage shall be submitted to the Provider prior to the commencement of work and the Provider shall deliver such to the City. 3. Prior to commencing work under this Contract, the Provider shall deliver to the City of Fort Worth insurance certificate(s) documenting the insurance required and terms and clauses required. 4. Each insurance policy required by this Contract shall contain the following clauses: "This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after forty-five (45) Days prior written notice has been given to the Director of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102.° Note: Written notice can be by Provider or insurance company. 5. The insurers for all policies must be licensed/approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. 6. The deductible or self-insured retention (SIR) affecting the coverage required shall be acceptable to and approved in writing by the Risk Manager of the City of Fort Worth in regards to asset value and stockholders equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups must be also approved by the City's Risk Manager. Contract for Asbestos Abatement CRI.06.120QH Page 6 HSC 7. Waiver of rights of recovery(subrogation)In favor of the City of Fort Worth. 8. Such insurance policies shall be primary, without right of contribution and not subject to any offset by any other insurance carried by the City or the Provider. 9. If insurance policies are not written for specified coverage limits, an Umbrellas or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 10. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the contractual agreement and the certificate of insurance shall state that the coverage is claims- made and the retroactive date. The insurance coverage shall be maintained for the duration of the contractual agreement and for five (5) years following completion of the service provided under the contractual agreement or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 11. The City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City of Fort Worth. In the event the City requires the insurance limits to be increased or changes in policy categories or types of coverage, the City shall provide written notice to the contracting party. The contracting party will have ninety days from the date of notice to comply with the additional requirements. 7. INDEMNIFICATION A. For purposes of this Contract,the following words and phrases shall be defined as follows: 1. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind. or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attomey's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, Contract for Asbestos Abatement CRt.06.12 060 Page 7 HSC collection, transportation, storage, disposal, treatment, recovery, and/or reuse of asbestos containing materials pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring vA)rk required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and C. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with this Agreement. 2. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous In nature, into the air, surface water, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, Contract for Asbestos Abatement CRLOMZOM Page 8 HSC contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. B. GENERAL INDEMNIFICATION: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PERSONAL PROPERTY, OR PERSONAL INJURY, AND/OR DEATH OCCURRING AS A CONSEQUENCE OF-THE PERFORMANCE OF THIS CONTRACT, WHEN SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, AND ANY OTHER PERSON OR ENTITY. C. ENVIRONMENTAL INDEMNIFICATION: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, TESTING, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF ASBESTOS CONTAINING MATERIALS PURSUANT TO THIS CONTRACT WHICH IS REMOVED UNDER THIS CONTRACT, WHEN SAID ENVIRONMENTAL DAMAGES OR THE VIOLATION OF SAID ENVIRONMENTAL REQUIREMENTS WERE THE RESULT OF ANY ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS, OR THE JOINT ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS AND ANY OTHER PERSON OR ENTITY. D. The obligations of the Contractor under this section shall include, but not be limited to, the burden and expense of defending all claims, suits and administrative proceedings (with counsel reasonably approved by City), even if such claims, suits or proceedings are groundless, false, or fraudulent, and conducting all negotiations of any description, and paying and discharging, when and as the same become due, any and all judgments, penalties or other sums due against such indemnified persons. Contract iorAsbestosAbatement =06 f206v! Page 9 HSC 'v7 [ E. Upon learning of a claim, lawsuit, or other liability that Contractor is required hereunder to indemnify City, City shall provide Contractor with reasonably timely notice of same. F. The obligations of the Contractor under this section shall survive the expiration of this Contract and the discharge of all other obligations owed by the parses to each other hereunder. G. In all of its contracts with subcontractors for the performance of any work under this Contract, Contractor shall require the subcontractors to indemnify the City in a manner consistent with this section. H. In the event that a written claim for damages against Contractor or any of its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the City Manager, as evidenced by a final inspection, final payment to Contractor shall not be recommended by the City Manager for a period of thirty (30) days after the date of such final Inspection, unless the Contractor submits written evidence satisfactory to the City Manager that the claim has been settled and a release has been obtained from the claimant involved. 1. If the claim concerned remains unsettled at the expiration of the said thirty- day(30)period, out of the performance of such work. 2. The City Manager shall not recommend final payment to Contractor if a claim for damages is outstanding for a period of six (6) months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing, satisfactory to the City Manager,that: a. The claim has been settled and a release has been obtained from the claimant involved; or b. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. 3. If condition (a) above is met at any time within the six (6) month period, the City Manager shall recommend that the final payment to Contractor be made. If condition (b) above is met at any time within the six (6) month period, the City Manager may recommend that final payment to Contractor be made. At the expiration of the six (6) month period, the City Manager may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the City Manager. The Contractor may be deemed by the City Manager to be entitled to a semi-final payment for work completed, Contract WAsbestos Abatement CRL06.12060 Page 10 NSC such semi-final payment to be in an amount equal to the WWI dollar amount then due less the dollar value of any written claims pending against the Contractor arising. 8. WARRANTY Contractor warrants that it understands the currently known hazards and suspected hazards that are present to persons, property and the environment by removing, transporting and disposing of asbestos containing materials. Contractor further warrants that it will perform all services under this Contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state, local and federal laws governing its activities. Contractor also warrants that it is under no restraint or order that would prohibit performance of services under this Contract. 9. LICENSES AND PERMITS A. Contractor certifies that on the day work is to commence under this Contract, and during the duration of the Contract, it shall have and maintain current valid and appropriate federal, state and local licenses and permits ne;essary for the provision of services under this Contract. B. Contractor agrees to require all of its subcontractors used in performance of this Contract to have and maintain current valid and appropriate federal, state and local licenses and permits necessary for the provision of services under this Contract. 10. TERMINATION A. City may terminate this Contract, with or without cause, by giving ten (10) days written notice to Contractor, provided that such termination shall be without prejudice to any other remedy the City may have. In the event of termination, any work in progress will continue to completion unless specified otherwise In the notice of termination. B. If the City terminates this Contract under subsection A. of this section, City shall pay Contractor for all services performed prior to the termination notice. C. All completed or partially completed original documents prepared under this Contract shall become the property of the City when the Contrect is terminated, and may be used by the City in any manner it desires; provided, however, that Contract for Asbestos Abatement CRC06.1206vl Page 11 NSC the Contractor shall not be liable for the use of such documents for any purpose other than as described when requested. 11. DEFAULT A. Contractor shall not be deemed to be in default because of any failure to perform under this Contract, if the failure arises from causes beyond the control and without the fault or negligence of Contractor. Such causes shall include acts of God, acts of the public enemy, acts of Government, in either its sovereign or contractual capacity, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather. B. If the failure to perform is caused by the failure of a subcontractor of Contractor's to perform, and if such failure was beyond the control of both the Contractor and the subcontractor, without their fault or negligence, Contractor shall not be deemed to be in default unless the subcontracted supplies or services were reasonably obtainable from other sources. C. Alternatively, if at any time during the term of this Contract the work of Contractor fails to meet the specifications of the Contract Documents, Oity may notify Contractor of the deficiency in writing. Failure of Contractor to correct such deficiency and complete the work required under this Contract to the satisfaction of City within ten (10) days after written notification shall result in termination of this Contract. All costs and attorneys fees incurred by City in the enforcement of any provision of this Contract shall be paid by Contractor. D. In the event either party defaults in the' performance of any of its obligations under this Contract, misrepresents to the other a material fact, or fails to notify the other party of any material fact which would affect the party's performance of its obligations hereunder, the non-defaulting party shall have a right to terminate this Contract upon giving the defaulting party written notice describing the breach or omission in reasonable detail. The defaulting party shall have a fifteen (15) day period commencing upon the date of notice of default in which to affect a cure. If the defaulting party fails to affect a cure within the aforesaid fifteen (15) day period, or if the default cannot be cured, the Contract shall terminate as of the date provided in the notice of default. E. The remedies provided for herein are in addition to any other remedies available to City elsewhere in this Contract. Contract for Asbestos Abatement CRL06.fZO6v4 Page 12 HSC 12. RIGHT TO AUDIT A. City shall, until the expiration of five (5) years after final.payment is paid under this Contract, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor involving transactions related to this Contract. Contractor shall give City access during normal working hours to all necessary Contractor facilities in order to conduct audits in compliance with the provisions of this paragraph. City shall give Contractor reasonable advance notice of intended audits. B. Contractor shall include in all its subcontracts hereunder a provision to the effect that the subcontractor shall give City, until the expiration of five (5) years after final payment is paid under the subcontract, access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract, and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in.compliance with the provisions of this paragraph. City shall give subcontractor reasonable advance notice of intended audits. C. The obligations of the Contractor under this section shall survive the expiration of this Contract and the discharge of all other obligations owed by the parties to each other hereunder. 13. MINORITY AND WOMEN BUSINESS ENTERPRISES In keeping with the Citys .Minority/Women Business Enterprise (MWBE) ordinance, Contractor agrees a minimum of ten percent (10%) of the total dollar value of this Contract will be paid as compensation to certified MNVBE firms. Monthly reporting is required to the City of Fort Worth — MNVBE Office, 1000 Throckmorton Street, Fort Worth, Texas 76102. Proof of payment for all invoices from MWBE firms will be required. Final payment to the Contractor under this Contract may be vrithheld pending -' MWBE Office approval of documentation. 14. INDEPENDENT CONTRACTOR Contractor shall perform work under this Contract as an independent contractor and not as an agent or employee of City. City shall not be considered the employer, co- employer or joint employer of the officers, employees or agents of Contractor. Contractor shall have the sole control, supervision, direction and responsibility over its officers, employees and agents and shall have the sole responsibility for determining a _ Contract for Asbestos Abatement CRL06.12.00v1 Page 13 HSC �! 1 CITY the manner and means of providing the work described in this Contract, except as outlined in this Contract or as otherwise required by federal, state, county or city law, regulation or rule. 15. NON-DISCRIMINATION A. During the performance of this Contract, Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause. B. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this Contract, that Contractor is an equal opportunity employer. C. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 16. GOVERNING LAW The City and Contractor agree that the validity and construction of this contract shall be governed by the laws of the State of Texas, except where preempted by federal law. 17. LIQUIDATED DAMAGES If Contractor fails to commence and complete work under this Contract within the stipulated time, there shall be deducted from any moneys-due or owing Contractor, or which may become due, the sum of$ 1,000.00 per day for each day after the date the project was to be completed, until the project is substantially completed. Such sum shall be treated as liquidated damages and not as a penalty, and City may withhold from Contractor's compensation such sums as liquidated damages. The amount of damage to City for delay in completion of the work is difficult to ascertain and the amount of the liquidated damages per day as stated above is reasonably anticipated pecuniary damages for such delay, and is not a penalty. Con&vctrorasbeM*sAbPf--t caceg_42-Mvy Page.14 HSC 18. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of Contractor, and the making of any such payment by the City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to the City with respect to such breach or default. Any waiver by either party of any provision or condition of the contract shall not be construed or decreed to be a waiver of any other provision or condition of this Contract, nor a waiver of a subsequent breach of the same provision or condition, unless such waiver be expressed in writing by the party to be bound. 19. ASSIGNMENT The City and Contractor bind themselves and any successors and assigns to this contract. Contractor shall not assign, sublet, or transfer its interest in this contract without written consent of the City. Nothing herein shall be construed as creating any personal liability on the part of any officer,or ageni of the City, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the City and Contractor. 20. NOTICE Notices required to be made under this Contract shall be sent to the following persons at the following addresses; provided, however, that each party reserves the right to change its designated person for notice, upon written notice to the other party of such change: If to City: Written notice shall be sent to: Brian Boerner, Director Department of Environmental Management 1000 Throckmorton Fort Worth,Texas 76102 Contract forAsbestos Abatement CR106.12060 Page 15 NSC If to Contractor: Name: 'ponce Con4-ra�4-vrs, Inc. Address: (SZ t W�,,,► 4y Ln. [>,. i L T,+c "7.5 Z 1 7 Telephone: 9 7Z "Z (oV&cl FAX: 97 Z ZF9- 4PV6s- 21. VENUE Should any action, real or asserted, at law or In equity, arise out of the terms and conditions of this Contract, venue for said action shall be in Tarrant County, Texas. 22. SEVERABILITY The provisions of this Contract are severable; and if for any reason any one of more of the provisions contained herein are held to be invalid, illegal or unenforceable in any respect, the invalidity, illegality or unenforceability shall not affect any other provision of this Contract, and this Contract shall remain in effect and be construed as if the invalid, illegal or unenforceable provision had never been contained in the Contract. 23. ENTIRETY This Contract, the Contract documents and any other documents incorporated by reference herein contain all the terms and conditions agreed to by the City and Contractor, and no other Contracts, oral or otherwise, regarding the subject.matter of this Contract or any part thereof shall have any validity or bind any of the parties hereto. 24. MODIFICATION No modification of the Contract shall be binding on Contractor or City unless set out in writing and signed by both parties. Contract for Asbestos Abatement CRL06.12060 Page 16 HSC SIGNATURE PAGE FOR HSC ASBESTOS CONTRACT This Contractyn�beeen' ex, c ted by the parties in triplicate in Tarrant County, Texas on this date,_ . 2006. CIT OF FORT WOLTH P" CE CONTRACTvv^RS, INC. _ L-16by Wats n, Asst. City Manager BY: ,fZqe 441- P. C wfl APPROVED AS TO FORM WITNESS: Christa Lopez, As6istakk City Attorney Name: &R 7-jet L E 2 L' Z Title: ATTEST: CORPORATE SEAL: Marty Hendri y Secretary Contract Authorization Date w C0n&v0forasbsMbsabetwmd CRUM206r! Page 17 HSC THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Labor and Material Payment Bond SU 102 4652B THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that PONCE CONTRACTORS INC (Here insert full name and address or legal title of Contractor) 1521 AMITY LANE DALLAS, TX 75217 as Principal, hereinafter called Principal, and, ARCH INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 3 Parkway, Suite 1500, Philadelphia, PA 19102 as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FORT WORTH (Here insert full name and address or legal title of Owner) 1000 THROCKMORTON STREET FORT WORTH, TX 76102 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of THIRTY SIX THOUSAND THREE HUNDRED AND TWENTY FOUR AND 25/100 (Here insert a sum equal to at least one-half of the contract price) Dollars ($36,324.25 �r for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated 19 , entered into a contract with Owner for ASBESTOS ABATEMENT LL HARLEY SERVICE CENTER in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • A!A FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON, D. C. 20006 3 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined,for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect,subject,however,to the fol- lowing conditions: 1. A claimant is defined as one having a direct con- accuracy the amount claimed and the name of the party tract with the Principal or with a Subcontractor of the to whom the materials were furnished, or for whom Principal for labor, material, or both, used or reasonably the work or labor was done or performed. Such notice required for use in the performance of the Contract, shall be served by mailing the same by registered mail labor and material being construed to include that part of or certified mail; postage prepaid, in an envelope ad- water, gas, power, light, heat, oil, gasoline, telephone dressed to the Principal, Owner or Surety, at any place service or rental of equipment directly applicable to the where an office is regularly maintained for the trans- Contract. action of business, or served in any manner in which legal process may be served in the state in which the 2. The above named Principal and Surety hereby aforesaid project is located, save that such service need jointly and severally agree with the Owner that every not be made by a public officer. claimant as herein defined, who has not been paid in b) After the expiration of one (1) year following the full before the expiration of a period of ninety (90) date on which Principal ceased Work on said Contract, days after the date on which the last of such claimant's it being understood, however, that if any limitation em- work or labor was done or performed, or materials were bodied in this bond is prohibited by any law controlling furnished by such claimant, may sue on this bond for the construction hereof such limitation shall be deemed the use of such claimant, prosecute the suit to final to be amended so as to be equal to the minimum period judgment for such sum or sums as may be justly due of limitation permitted by such law. claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses c) Other than in a state court of competent jurisdiction of any such suit, in and for the county or other political subdivision of the state in which the Project, or any part thereof, is 3. No suit or action shall be commenced hereunder situated, or in the United States District Court for the by any claimant: district in which the Project, or any part thereof, is sit- uated, and not elsewhere. a) Unless claimant, other than one having a direct contract with the Principal, shall have given written 4. The amount of this bond shall be reduced by and notice to any two of the following: the Principal, the to the extent of any payment or payments made in good Owner, or the Surety above named, within ninety (90) faith hereunder, inclusive of the payment by Surety of days after such claimant did or performed the last of mechanics' liens which may be filed of record against the work or labor, or furnished the last of the materials said improvement, whether or not claim for the amount for which said claim is made, stating with substantial of such lien be presented under and against this bond. Signed and sealed this 20TH day of JUNE 192006 ENVIRONMENTAL ABATEMENT SERVICES INC (Principal) _ Wall --- _ (1'i llv) ARCH IN RANCE COMPANY (seal) ,.7 AKqE M. BARBER ��'I)`) ATTORNEY-IN-FACT AIA DOCUMENT A311 PERFORMANCE BOND AND LABOR AND MATERIAL PAYM[NT BOND • AIA OO FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1715 N.Y.AVE., N.W.,WASHINGTON, D.C. 20006 4 POWER OF ATTORNEY Know Ail Men By These Presents That the Arcn Insurance Company a corporation organized and existing under the laws of the State of M SSGI.-i having its principal office in Kansas City. Missour: (hereinafter referred to as the"Company") does hereby appoint William A Bailey. Maria A Gonzalez Anne M Barber and Michael J Friedrich of Bridgeview. IL (EACH) its true and lawful Attorney(s)-in-Fact, to make, execute. seal. and deliver from the date of issuance of this power for and on its behalf as surety. and as its act and deed Any and all bonds and undertakings EXCEPTION NO AUTHORITY is granted to make, execute. seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The executior of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes. as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED. That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process" This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3. 2003 VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company 00ML0013 00 03 03 Page 1 of 2 printed in U.S.A. Testimory tillhe-eof. the Compa-iy has caused this instrument to be signed anc its .:orporate seal !o be af-,xed c. ineir 31;thorized officers this 13th. day cf _Febru�_ G006 A.-Il InSuranCe C:orrpany Attested and Certified see°Cl�' rTW r1 ®1 Iu IUl 91 V3 17i 1�'1 Martin J. Nilsen, Secretary dward M.Titus. ce President STATE OF NEW YORK SS COUNTY OF NEW YORK SS I Peter J. Calleo, a Notary Public, do hereby certify that Edward M Titus and Martin J Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and exisbng under the laws of the State of Missouri, subscribed to the foregoing instrument. T appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed. sealed with the corporate seal and delivered the said instrument as the free an voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth PETER J.CALLEO,ESO. —11 � -(( Notary Public, State of New Utc Peter J Cal"o. Notary Pu lic No. in New York C My commissi n expires 5-03-2008 - Oi aified to New York County CERTIFICATION Commission Expiras May 3,2008 1 Martin J. Nilsen, Secretary of the Arch Insurance Company do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as fisted above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate, and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporatg seal of the Arch Insurance Company on this 0 day of June 20 0 A7/ Martin JNilsen, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein Stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Surety 3 Parkway, Suite 1500 Philadelphia, PA 19102 4oreeee 0 0 co�rw.rr - 2 •• t Iirtad OOML0013 00 03 03 Page 2 of 2 printed in U.S.A. CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Environmental Management Project No. DEM06- 02:HSC PONCE CONTRACTORS, INC. By: -- vim _ Pres i den Title (-OAL ZO to ate STATE OF TEXAS § COUNTY OF TARRANT § T efore rwanown e undersigned authority, on this day personally appeared to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein`stated. Given Under My Hand and Seal of Office this �'(2of , 20 Notary Public in and for the State of CHRISTINA CARDONA Texas 1J' MY COMMISSION EXPIRES y..n.. Jl1LY r,2007 I�(II? '�iJ'u 1:'�55+??Ili q!_+•\i S 1 Addendum No. 1 May 3,2006 2.1 BID DOCUMENT CHECKLIST All Bid Documents, including this Checklist, must be completed in full and submitted in a sealed envelope, in the requested order, to be considered as a responsive submittal. Please initial the upper right-hand corner of each page in this section. Bid Documents Initial if Included 1. Bid Document Checklist fel P _ 2. Acknowledgement of Receipt of Addenda M A- 3. Bid Solicitation _j1 A'- 4. Scope of Work _ 5. Project Schedule 6. Schedule of Payments _ 7. Bonds M 8. MNVBE Utilization Requirements ( \ 14 9. Subcontractors M T 10. Statement of Residency lat- 11. Nondiscrimination (Y14:11r 12. Prevailing Wage Rates Ar 13. Insurance Certificates 4, 14. Contractor's Licenses&Certificates M l- 14. Contractor's Legal And Compliance History m IA- 15. Additional Documents Upon Award of Contract rn A-- I understand that all of these items will be reviewed, and any items not included may result in my bid being considered non-responsive. Signa �•� �'�`b `c Name Title 4414'1 _ Company �- 2-1 Addendum No. 1 May 3,2006 2.2 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 2.2.1 Check if applicable 4z The undersigned acknowledges the receipt of the following addenda to the Invitation to Bid, and has attached all addenda following this page. (Add lines if necessary). Addendum Number 1 S-151 0 (Date received) Addendum Number 2 (Date received) Addendum Number 3 (Date received) 2.2.2 Check if applicable The undersigned acknowledges the receipt of no addenda to the Invitation to Bid. CONTRACTOR: r /� hht1Ge- C1�f1'�'raL� 1 TA C, BY: MQ AW Gtj10. Company Name (print or type name of signatory) 5a Ay- nit La ne, Address (Signature) �1 Q1\aS,Tx � 2/7 City, State, Zip itle(print or type) Lj 2-2 Addendum No. 1 May 3,2006 2.3 BID SOLICITATION The undersigned agrees to furnish the equipment, labor, materials, superintendence, and any other items or services necessary to perform the removal of asbestos-containing materials (ACM) from the structures at the former Harley Service Center located at 3409 Harley, Fort Worth, Texas, as detailed in the Scope of Work and Specifications; for the transportation of said ACM to a proper waste disposal facility; for the disposal of said ACM; for the transportation of said ACM to a proper waste disposal facility for disposal; for the removal of three underground petroleum storage tanks and one underground liquid propane tank and associated piping, vent lines, and dispensers; and for the decommissioning, removal, and disposal of three aboveground asphalt emulsion tanks and associated contents. THE QUOTE SHALL BE HELD FIRM FOR A PERIOD OF 60 DAYS. The undersigned agrees that all work will be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the U.S. Environmental Protection Agency (EPA), the Texas Department of State Health Services (TDSHS), the Occupational Health and Safety Administration (OSHA), the Texas Commission on Environmental Quality (TCEQ), the U.S. Department of Transportation (DOT), the Texas Department of Transportation (TXDOT), the City of Fort Worth and any other entity that may have jurisdiction over work being performed. The duration for all phases of the project is thirty (30) calendar days. The undersigned agrees to start work upon receipt of the Notice to Proceed. The undersigned acknowledges that adjacent work areas can be under containment, under preparation, or under other similar work activity at the same time. The costs for each line item below shall be for all labor, equipment, materials, disposal, and any and all other costs associated with the performance of that line item under this project. For the purposes of this Invitation to Bid, the City of Fort Worth will allow vendors/contractors to submit bids addressing the entire scope of the project (i.e., all three areas of concern) or portions applicable to the individual vendor/contractor's main construction services as related to any of the three project areas (i.e., asbestos, USTs, ASTs,). The City reserves the right to select the best value for the City based on the bid submittals as set forth in Section 1.9 of this Invitation to Bid. The City may award up to three separate and distinct contracts for this project. MWBE requirements for the entire project as well as the individual project areas are as follows: • Asbestos abatement activities 10% • Underground storage tank removal activities 5% • Aboveground storage tank removal activities 10% • Overall entire project inclusive of above individual activities 20% Uo '`J 2.LC�, U: Addendum No. 1 May 3,2006 1. ASBESTOS ABATEMENT # Item 1. 30 linear feet of TSI Piping 2. 5,010 if spray-on acoustic ceiling texture I Q TO 3. 10,870 ft2 floor tile/mastic 1392r7. S� 4. 1,335 if of acoustic the mastic '1 5. 30 linear feet of roof tar sealant 6. Transportation and disposal of waste to appropriate landfill 301 p p.o O 7. OSHA air monitoring Sub-Total For Asbestosj. $ 3(0%.0V_ 1 2. UNDERGROUND STORAGE TANK REMOVAL # Item Cost 1. 25,000-gallon gasoline UST removal and proper disposal xxxx 2. 25,000-gallon diesel UST removal and proper disposal xxxx 3. 18,000-gallon liquid propane UST removal and proper disposal xxxx .. 4. 1,000-gallon waste oil UST removal and proper disposal xxxx 5. Removal and disposal of associated piping,vent lines,dispensers,etc. xxxx 6. Backfill(for bid purposes assume 2,400 cubic yards) xxxx 7. Compaction(12"lifts)with density testing-(95%w/optimum moisture+/-2%) xxxx 8. Confirmation soil sampling of tankhold and pipechase(s) xxxx 9. Tank closure report xxxx 10. Waste disposal(for bid purposes assume 100 cubic yards—Class II non- xxxx hazardous soil Sub-Total For UST Removal $ a. *Overexcavation of tankhold/pipechase(s)(per cubic yard cost) $ b. *Additional backfill if required(per cubic yard cost) $ C. *Disposal of impacted media from tankhold/pipechase—Class I non- $ hazardous(per cubic yard cost d *Disposal of impacted media from tankhold/pipechase—Class II non- $ hazardous(per cubic yard cost e *Transportation of waste media-Class I non-hazardous(per 20 cubic yard $ load f *Transportation of waste media-Class 11 non-hazardous(per 20 cubic yard $ load g. *Vacuum truck(per day) $ h. *Liquid disposal(per gallon) $ L *Additional confirmation sampling, if required (per each) 2-4 Addendum No. 1 May 3,2006 3. ABOVEGROUND STORAGE TANK REMOVAL # Item 1. 12,000-gallon asphalt emulsion AST removal and proper disposal 2. 12,000-gallon asphalt emulsion AST removal and proper disposal 3. 10,000-gallon asphalt emulsion AST removal and proper disposal 4. Removal and disposal of associated piping, vent lines, etc. 5. Asphalt emulsion disposal costs(approximately 22,000 gallons) 6. Dismantling of Asphalt Plant building Sub-Total For AST Removal $ For the purposes of this Invitation to Bid, the City of Fort Worth will allow vendors/contractors to submit bids for the entire project or they may submit bids only for a section that is applicable for their scope of services (i.e. asbestos only). If submitting for only a portion of the entire project, MWBE goals for that portion, if awarded, are uniquely assigned in order to reflect the individual scope of work to be performed. The City reserves the right to select the best value for the City based on the bid submittals as set forth in Section 1.9 of this Invitation to Bid. The City may award up to three separate and distinct contracts for this project. TOTAL-( Project Sections#1, #2,#3,.1f applicable')` $ NOTE.No compensation shall be paid to Contractor for the cost of obtaining and maintaining insurance, bonds, permits, licenses, and certifications as required herein, as these are considered subsidiary to other items for which lump sum or unit prices are requested in this Invitation to Bid. 2-5 Addendum No. 1 May 3,2006 CONTRACTOR: BY: PAD A,6JXL&- (Company Name) (print or type name of si natory) i Sai 14�nn+ E Gn e. l�-A�wk L�10-- (Address) (Signature) rballAS j-rX 'l&;n 0 Pml):Al (City, State, Zip) (Title) U0j-jl-) :z-89 - boy loy q'12)A& (Phone) -(FAX) 2-6 Addendum No. 1 May 3,2006 2.4 SCOPE OF WORK Furnish all equipment, labor, materials, superintendence, and any other items or services necessary to perform the removal of asbestos-containing materials (ACM) from the structures at the former Harley Service Center located at 3409 Harley, Fort Worth, Texas, as detailed in this Scope of Work and the Specifications; for the transportation of said ACM to a proper waste disposal facility for disposal; for the removal of three underground petroleum storage tanks and one underground liquid propane tank and associated piping, vent lines, and dispensers; and for the decommissioning, removal, and disposal of three aboveground asphalt emulsion tanks and associated contents. 2.4.1 Removal of Asbestos: The scope of work includes removal and disposal of the following asbestos-containing or asbestos-contaminated materials: 1. Approximately 30 linear feet of roofing tar located on the seam of the room of the Equipment Services Building. All roofing tar is to be disposed of as asbestos- containing material. All debris generated from the roofing tar removal is to be disposed of as asbestos-containing waste. 2. Approximately 1,335 ft2 of acoustic ceiling mastic located in the Light and Signal Building and Storage Building. All removed acoustic ceiling mastic is to be disposed of as asbestos-containing material. All debris generated from the acoustic ceiling mastic removal is to be disposed of as asbestos-containing waste. 3. Approximately 10,870 ft2 of floor tile and associated mastic located throughout the Street Division Building, Equipment Services Building, General Services Building, Light and Signal Building and Storage Building. All floor tile and associated mastic is to be disposed of as asbestos-containing material. All debris generated from the floor tile removal is to be disposed of as asbestos- containing waste. 4. Approximately 5,010 ft2 of spray-on acoustic ceiling texture located throughout located throughout the Street Division Building, Equipment Services Building, and Facilities Maintenance Building. All spray-on acoustic ceiling texture is to be disposed of as asbestos-containing material. All debris generated from the spray-on acoustic ceiling texture removal is to be disposed of as asbestos- containing waste. 5. Approximately 30 linear feet of Thermal System Insulation (TSI) located on a water line in the Auto Painting Building. All TSI is to be disposed of as asbestos- containing material. All debris generated from the TSI removal is to be disposed of as asbestos-containing waste. 5. Approximately 300 square feet of Thermal System Insulation (TSI) located on the endcaps of the asphalt emulsion aboveground storage tanks located in the Asphalt Plant Building. All TSI is to be disposed of as asbestos-containing material. All debris generated from the TSI removal is to be disposed of as 'v U'% 2-7 Addendum No. 1 May 3,2006 asbestos-containing waste. 2.4.4 Underground Storage Tank Removal: The scope of work includes the removal of one 25,000-gallon gasoline underground storage tank; one 25,000-gallon diesel underground storage tank; one 1,000-gallon waste oil underground storage tank that has been abandoned-in-place; and one 18,000-gallon liquid propane underground storage tank. The general tasks involved will include: • Completion and submittal of all necessary documentation to the Texas Commission on Environmental Quality and City of Fort Worth, Fire Department upon review by City of Fort Worth Environmental Management Department; • Excavation and removal of three underground storage tanks, one underground liquid propane gas storage tank, associated piping, vent lines, and dispensers; • Backfill and compaction of tankholds; • CAPM oversight, sample collection and delivery to City of Fort Worth contract laboratory, site closure per TCEQ requirements; • Tank closure report preparation and submittal to the City of Fort Worth; and • Final site check. 2.4.5 Asphalt Emulsion Aboveground Storage Tank Removal: The scope of work also includes the removal of two, 12,000-gallon aboveground asphalt emulsion tanks located within the asphalt plant building and one, 10,000-gallon aboveground asphalt emulsion tank located adjacent south of the asphalt plant building. The general tasks involved will include: • Completion and submittal of all necessary documentation to the Texas Commission on Environmental Quality and City of Fort Worth, Fire Department upon review by City of Fort Worth Environmental Management Department; • Decommissioning and removal of the three aboveground storage tanks; • Collection and disposal of approximately 22,000 gallons of heated asphalt emulsion located within the existing aboveground storage tanks; and • Final site check. 2.4.6 Compliance With Laws: All work must be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the U.S. Environmental Protection Agency (EPA), the Texas Department of State Health Services (TDSHS), the Occupational Health and Safety Administration (OSHA), the Texas Commission on Environmental Quality (TCEQ), the U.S. Department of Transportation (DOT), the Texas Department of Transportation (TXDOT), the Texas Railroad Commission, the City of Fort Worth and any other entity that may have jurisdiction over work being performed. 2.4.7 City's Tasks: The City of Fort Worth will provide the following for this project: • Texas Department of State Health Services Health (TDSHS) notification preparation and revision; • Payment of TDSHS notification fees; 2-8 Addendum No. 1 May 3,2006 • Preparation of TCEQ USTlAST removal notification; • Payment of laboratory analytical costs for UST removal confirmation sampling activities; and • Contracting with asbestos consultant for asbestos oversight and project management duties. Claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed. The only exception is if the Contractor can clearly show why the variation was not identifiable prior to executing the Contract. 2-9 L� 1 Y 40 "v 9 Addendum No. 1 May 3,2006 2.5 PROJECT SCHEDULE Contractors shall provide a project schedule that includes all major tasks for asbestos removal and tank removal/waste disposal pursuant to the Scope of Work and Specifications. The project schedule shall show all tasks in the left most column and their duration shall be plotted horizontally versus time. A time scale shall be selected so that the complete duration of the project can be shown on paper with a maximum dimension of 11" high by 17" wide. A separate task must be shown for each subcontractor, each separate organization, and each M/WBE if applicable. The name of the Contractor's company, subcontractor, separate organization, M/WBE shall be identified above the duration bar of each task. The estimated dollar cost for each task shall be shown below each duration bar. The completion of each task must be associated with a project deliverable document. Deliverable documents may include a photograph, an asbestos abatement closeout report, transportation trip tickets, or invoices that show completion of that task. The project schedule must be submitted with the bid. INCLUDE A COPY OF THE SCHEDULE FOLLOWING THIS PAGE BOUND WITHIN THE PROPOSAL PACKAGE 2-10 Addendum No. 1 May 3,2006 2.6 SCHEDULE OF PAYMENTS Progress Payments will only be made after completion of those tasks and/or subtasks identified on the Project Schedule. Progress Payments will be made during the project no more frequently than once per month. A payment schedule must be submitted with the Proposal showing the name of each task and/or subtask, the name of the Deliverable Document for each task and/or subtask, labor cost, equipment cost, material cost, total task and/or subtask cost, planned payment dates for each task and/or subtask, and the amount that would be remaining in the contract account. Upon receipt of final project completion documentation (i.e., Asbestos Close-out Report, applicable waste manifests), final project payments will be approved. Final payments will not be approved until project completion documentation has been submitted to and approved by the City of Fort Worth. INCLUDE A COPY OF THE SCHEDULE OF PAYMENTS FOLLOWING THIS PAGE, BOUND WITHIN THE PROPOSAL PACKAGE 2-11 Addendum No. 1 May 3,2006 2.7 BONDS 2.7.1 Bidder's Bond Bids must be accompanied by a bidder's bond in the amount of five percent (5%) of the largest possible total of the cost estimate. Alternatively, the City will accept a cashier's check, in said amount, with the City named as payee, to be held in escrow until the successful Contractor signs the project contract. This bond will serve as a guarantee that the successful Contractor will enter into an agreement with the City to perform the project. The bid bond is subject to forfeiture in the event the successful Contractor fails to execute the contract documents within 10 calendar days after the contract has been awarded. 2.7.2 Payment and Performance Bonds Before beginning the work, the Contractor shall be required to execute to the City of Fort Worth, a payment bond if the contract is in excess of $25,000, and a performance bond if the contract is in excess of $100,000. The payment bond is solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the Contractor or subcontractor to supply labor or material; and in 100% the amount of the Contract. The performance bond is solely for the protection of the City of Fort Worth; in 100% the amount of the Contract; and conditioned on the faithful performance by Contractor of the work in accordance with the plans, specifications, and contract documents. Contractor must provide the payment and performance bonds, in the amounts and on the conditions required, within 14 calendar days after Notice of Award. 2.7.3 Requirements for Sureties The bonds shall be issued by a corporate surety duly authorized and permitted to do business in the State of Texas, that is of sufficient financial strength and solvency to the satisfaction of the City. The surety must meet all requirements of Article 7.19-1 of the Texas Insurance Code. All bonds furnished hereunder shall meet the requirements.of Chapter 2253 of the Texas Government Code, as amended. In addition, the surety must (1) hold a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the Contract be determined unsatisfactory at any time by the City, notice will be given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the City. 2-12 Addendum No.l May 3,2006 ATTACH CASHIER'S CHECK OR BIDDER'S BOND HERE 2-13 f •� _ y • �a� NOTICE - GISCLOS'JR= 01: TERRJRiS Y FRc"1'•IIU I•. a:zC;rdl3.,--a Wii i SM R.;1 1^5,,'3':2 t+:: 'Ni! a.= Fr_'i;•i; d',scicsure not ce ;.,r bonds cn ',,vhizh kch hiuralla C%-Jr"ip3n'j is t ie surety. DISCLOSURE OF PREMIUM The portion c. ,he pra^11U.T ?:t .:.!:t3�la tJ �v'�3ic�e i:rr tZlr ` acts r.?';' � Unger t ��r:�: .� rle� Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES .. 71a 4 C. a THE AMERICAN INSTITUTE OF ARCHITECTS 41 AIA Document A310 Bid Bond # ZA26360 KNOW ALL MEN BY THESE PRESENTS, that we PONCE CONTRACTORS INC !Here insert full name and address or legal title of Contractor) TEXAS as Principal, hereinafter called the Principal, and ARCH INSURANCE COMPANY (Here insert full name and addressor legal title of Surety) 3 Parkway, Suite 1500, Philadelphia, PA 19102 a corporation duly organized under the laws of the State of MISSOURI as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FORT WORTH (Here insert full name and address or legal title of Owner) TEXAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE BID AMOUNT Dollars ($TBD ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert lull name,address and description of project; ASBESTOS ABATEMENT FORMER HARLEY SERVICE CENTER NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the-penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 16TH day of MAY 2006 PONCE CONTRACTORS INC Oyc rr 'p ISea!) (Witness) -, (Tide) � QQ ARCH INSURANCE COMPANY (Witness) MARIA A ALEZ (Title) ttorney- -Fact AIA DOCUMENT A310• BID BOND•AIA®• FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 POWER OF ATTORNEY Know All Men By These Presents C) That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the"Company") does hereby appoint William A. Bailey, Maria A. Gonzalez. Anne M. Barber and Michael J Friedrich of Bridgeview, IL (EACH) its true and lawful Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Pagel of 2 Printed in U.S.A. Addendum No. 1 May 3,2006 2.8 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) UTILIZATION REQUIREMENTS Contractors may submit bids for the entire project or they may submit bids only for a section that is applicable for their scope of services. An M/WBE goal of 20 percent has been established for this project in its entirety. If you are submitting a bid for less than the entire project, MWBE goals for that portion(s), are uniquely assigned in order to reflect the individual scope of work to be performed. The following breakdown exhibits the individual MWBE goals for each unique work area: — Asbestos abatement activities 10% — Underground storage tank removal activities 5% — Aboveground storage tank removal activities 10% Contractors shall make a good faith effort to subcontract with or purchase supplies from M/WBE firms. Contractors shall meet or exceed the stated goal or submit documentation of good faith effort for all applicable contracts to permit a determination of compliance with the specifications. M/WBE documentation consists of the Special Instructions To Bidders, the Subcontractor Utilization Form, the Prime Contractor Waiver Form, the Good Faith Effort Form, and the Joint Venture Form. Copies follow this section. a. If Contractor equals or exceeds the project goal, they must submit the Subcontractor Utilization Form or the Joint Venture Form. b. If Contractor does not have subcontracting and/or supplier opportunities, they must submit the Prime Contractor Waiver Form. C. If Contractor has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, they must submit the Subcontractor Utilization Form and the Good Faith Effort Form and documentation. d. If Contractor has subcontracting and/or supplier opportunities but does not include any M/WBE participation, they must submit the Subcontractor Utilization Form and the Good Faith Effort Form and documentation. All M/WBE firms must be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency(NCTRCA), or Texas Department of Transportation (TXDOT), Highway Division and located in the nine county marketplace (Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall). For the purpose of determining contract compliance under the M/WBE ordinance, businesses listed as MBE or WBE within the Utilization Plan must be certified as such prior to a recommendation for award being made to the City Council. Contractor shall submit the Subcontractor Utilization Form and/or the Good Faith Effort Form or the Prime Contractor Waiver Form, or the Joint Venture Form ("and documentation") as appropriate. The Environmental Management Department must receive the documentation no later than 5:00 p.m., five City business days after the bid opening date, exclusive of the bid opening date. Contractor shall obtain a receipt from an employee of the Environmental Management Department. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the 2-14 Addendum No. 1 May 3,2006 responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MNVBE requirements and documentation, shall render the bid non-responsive. The Good Faith Effort documentation shall demonstrate the Contractor's commitment and honest efforts to utilize M/WBE(s). The burden of preparing and submitting the Good Faith Effort information is on the Contractor and will be evaluated as part of the responsiveness to the bid/proposal. A Contractor who intentionally and/or knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. Complete M/WBE requirements are contained in City of Fort Worth ordinance 15530, Minority and Women Business Enterprises. Questions about M/WBE requirements may be directed to the City's M/WBE Business Office at 817.392.6104. Check the appropriate box/boxes: I� The following M/WBE documents are included in this bid submittal, following this page, bound within the response: PT Subcontractor Utilization Form C1S Joint Venture Form Prime Contractor Waiver Form Good Faith Effort Form ❑ M/WBE documents will be delivered to the Environmental Management Department* no later than 5:00 p.m., five City business days after the bid opening date, exclusive of the bid opening date. CONTRACTOR: 'Pj0VIC.P- &*AXA :S .. A(, BY: Company Name print or type name of signatory) ISM Address (Signature) -TX "7 1'1 v % M�!�w City, Sta Zip lite(print or type) NOTE. The Environmental Management Department's Administrative Offices are located in the City Hall Annex, 908 Monroe Street, 7N' Floor, Fort Worth, Texas 76102. The Department's mailing address is 9000 Throckmorton, Fort Worth, Texas _ 76902. 2-15 FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is notapplicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MMBE PROJECT GOALS The City's MBE/WBE goal on this project is 10 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated,in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no MNVBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MfWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M/WBE Office at(817)392-6104. ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime _once yl(yc4c_6vs 1 YtC. X PROJECT NAME: p M/W/DBE NON-M/WfDBE ��S 0. er,- ' mak- rrner 1-�Qw1 S 1 B0 to } City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional �. and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MMBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,Parker,Johnson,Collin,Dallas, Denton,Ellis,Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e.,a direct payment from the prime contractor to a subcontractor is considered V tier, a payment by a subcontractor to its supplier is considered tad tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA),or the Texas Department of Transportation(TX DOT),highway division. Disadvantaged Business Enterprise(DBE)is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized,the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators,and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. _. Rev.5/30/03 ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address I M w X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O B E E C T E A �}Q �rwE�Yrcrts�� V Wc.s+x.. 4myDie w TC445pcwhe work. 191c. Rr:A j4r v�C (O Z I y Sro3 - 31 _ Rev.5/30/03 ATTACHMENT 1A FORT WORTH Page 3 of 4 wr- Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification (check one) C SUBCONTRACTORISUPPLIER T r Company Name i N T Detail Detail Address 6 M W C X P Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R o f E E C T E A Rev.5/30/03 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ ? 00 e-.0 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval o ChangeJAdditinn. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form,the Offeror further agrees to provide,directly to the City upon request,complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books,records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals,officers,employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s)on this contract,by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. CI1 ZC46c „ CIXCAVGZ u or ed Signature Printed Signature Pre.:�"� Title Contact Name/Title(if different) &c Corr►4TC4J0 Is i h,c, Q'7 Z Z$cl - 6 Y6 c/ Company Name Telephone and/or Fax f IS—ZI 1krA'h LKnf, 2*nC4 Address 11 �7 E-mail Address 1✓G/�tGS . ' X 7 7, 1 / . 5-11lob�0 City/state/Zip Date Rev.5/30/03 ATTACHMENT 1 B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to ribe prime PROJECT NAME: M/W/DBE I XNON-M[W/DBE ID DATE City's M/WBE Project Goal: PROJECT NUMBER % ZZ If both answers to this form are YES,do not complete ATTACHMENT IC(Good F ' Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the a er to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if hath answers yes. Failure to complete this form in its entirety and be received by the M aging Department on or before 5:00 .m. five (5)City business days after bid opening,exclusive of the bid openi date,will result in the bid being considered non- responsive to bid specifications. Will you perform this entire contract without subco ractors? YES If yes,please provide a detailed explanation that proves ased on the size and scope of this project,this is NO your normal business practice and provide an operatio al profile of your business. Will you perform this entire contract witho suppliers? YES If yes,please provide a detailed explanation th ` proves based on the size and scope of this project,this is your normal business practice and provide a Inventory profile of your business. NO The bidder further a/workerformed to pro 'de, directly to the City upon request, complete and accurate information regarding actual woorme by all subcontractors, including MMBE(s) on this contract, the payment therefore and any prch ges to the original MIWBE(s) arrangements submitted with this bid. The bidder also agrees to allow it nd/or examination of any books, records and files held by their company that will substantiate the actuerformed by the M/WBEs on this contract, by an authorized officer or employee of the City.Any intentio /or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City r a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerse statements. Any failure to comply with this ordinance creates a material breach of contract may result irmination of an irresponsible offeror and barred from participating in City work for a period of time not lesne 1 ear. Authorized Sig nat a Printed Signature Title Contact Name(if different) Comp an Name Phone Number Fax Number Address Email Address City/Stata/Zip Date Rev.5130103 ATTACHMENT 9C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check a icable block to describe prime PROJECT NAME: /W/DBE NON-MAV/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER % If you have failed to secure M/WBE participation and you have subcontr cting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this for } If the bidder's method of compliance with the M/WBE oal is based upon demonstration of a "good faith effort", the bidder will have the burden of correc y and accurately preparing and submitting the documentation required by the City. Compliance Ith each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, in entional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its enti ty with supporting documentation, and received by the Managing Department on or before 5:00 p . five (5) City business.days after bid opening, exclusive of bid opening date,will result in the bid bei g considered non-responsive to bid specifications. 1.) Please list each and every s contracting and/or supplier opportunity) for the completion of this project, regardless of w ether it is to be provided by a M/WBE or non-MIWBE. (DO NOT LIST NAMES OFFIRM On Combined Projects, list each subcontracting and or supplier opportunity through the a tier. (Use additional sheets, if necessary) List of Subcontr9kting Opportunities List of Supplier Opportunities Rev.05130/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date)list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of M/WBE firm, ep rson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile Is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes - No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets,if necessary,and attach. Company Name Telephon Contact Person Scope of Work Reason for e Re'ection IJ = :16 N Rev.05130103 ATTACHMENT1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.05130103 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered;use"NA"if applicable: Name of City project: . A joint venture form must be completed on each project UP/Bid/Purchasing Number: -{ 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise th oint venture: Please attach extra sheets i additional space is required to provide detailed ex lanati o work to epei7formedby eachfirm comprising the hint venture M/WBE firm Non- BE name: firld name: Business Address: B,6siness Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address - Name of Certifying Agency: 2.Scope of work performed b e Joint Venture: Describe the scope of work of the /WBE: Describe the scope of work of the non-M/WBE: Rev.5/30//03 Joint Venture Page 2 of 3 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating - ------•--- -- -------- b. Marketing and Sales ............................................... c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev.5/30//03 _ Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint w venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts._ Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seat) Rev.5/30//03 a a 4 IV a • 1.f. . I g toy Rs C7 3 Be CD C} Cn Ms Ch 0 ro ra« - ire i i 1_ ,S I, _ - k I s" o Fc i v :d fiy Phu y ;ow �f"Ip169� r JPIT � I WASO A pofto to -�1=0111.1,W7, umi Wnc V. $8497 MON s4mr-y 79 iitaw- adL% � r 7111 u All- All iw . 3 1�[Y��• �����_�� � R .. M1lL:���'�4iF���i1('�, fi 1M' :T��if�'�7r�'ifjf'IIP�I�� f i '°J'h}3+r'4v 1 S r M ::R sa 13j' 6 .4>:',,.. r4. o� 7 .x� }� v. v^• n t &, 44", 2 1 I aze ple;asez ;tu � ':that Y Ogg das a Sffiall ,r ; `�' Owe", v. ER cmc ,atm ro 'Eae SDB I.M. am a gala ui'h 1 Oft ie Coc .cold, rat Fu ins, Sewn � .14�6.(b , aU yo.tt = e n o� ys_ 3� a mp 60 ea adf a an S � ? �bo-dtis €ld rpt Ao [� ash S x r ^ Y. pyo It � �tsr far DO &E, hty `. +Of �+e�of�+ess>DFe��lgpment, 4 m -1 '° � j N E i N i a� 4 c U) O > 09, 0C 0O E a o m o D L , U) Z N O O H U o � o S � Q U E m 0 3 "-' zX U U)LL W Q O a f O o — F- N F— m0 0 �' W LU 3 0 w CLO E U) �' ' 2 LUn cc L i CL m o O H c U rn w+ c v LU 1 cn U) z 30 3 °' �1 z O 'o ca i LL o LL o O Q i D) o :3 U Q E do ^o U)z 1 �i Q N i initial-MA- 2.10 STATEMENT OF RESIDENCY The following information is required by the City of Fort Worth in order to comply with provisions of state law, TEXAS GOVERNMENT CODE § 2252.001, State or Political Subdivision Contracts for Construction, Supplies, Services; Bids by Nonresident. Every bidder shall affirmatively state its principal place of business in its response to a bid invitation. Failure to provide the required information shall result in your bid being declared non- responsive. Bidders' cooperation in this regard will avoid costly time delays in the award of bids by the City of Fort Worth. For this reason, each bidder is encouraged to complete and return in duplicate, with its bid, the Statement of Residency Form, but in any event, the low bidder shall submit this information within five (5) business days after the date of receipt of notification of apparent low bidder status from the Purchasing Division of the Finance Department. Failure to provide all required information within this designated period shall result in the apparent low bidder being considered non-responsive, and the second low bidder being considered for award. TEXAS GOVERNMENT CODE § 2252.001 defines a Texas "resident bidder" as a bidder whose principal place of business* is in the state of Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in the state of Texas. TEXAS GOVERNMENT CODE § 2252.001 defines a "Nonresident bidder" as a bidder whose parent company or majority owner does not have its principal place of business* in the state of Texas. l Bidder's complete company name: ?QnG� &m),y-4C. S ,Mic State your business address in the space provided below if you a Texas Resident bidder: 1521 AtII& tone. 14114,5 '-TX -1521-1 State your business address in the space provided below if you are a Nonresident bidder: *The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principal Place of Business in Texas means, for any type of business entity recognized in the State of Texas, that the business entity has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and o has at least one employee who works in the Texas office Form prepared by: Mo hdatl& Name o�era-�-iarl /1'I� Ti e s n I oc,e Date 2-17 initialM-A- 2.11 NONDISCRIMINATION All City contractors are required to comply with Chapter 17, "Human Relations," Article III, "Discrimination," Division 3, "Employment Practices," of the Code of the City of Fort Worth, prohibiting discrimination in employment practices. Contractor agrees that Contractor, its employees, officers, agents, contractors or subcontractors, have fully complied with all provisions of such Ordinance, and that no employee, participant, applicant, contractor or subcontractor has been discriminated against according to the terms of such Ordinance by Contractor, its employees, officers, agents, contractor or subcontractors herein. CONTRACTOR: �1 _ �/� /► ,_ ` 11 Y►C °L N"v['yYS1L BY: Company Name (print or type name of signatory) ISM A E �ml� Address (Signature) 'ALS 5 M -1521 1 opvoi&A City, State,Zip itle(print or type) (V��RY i initiawk 2.12 PREVAILING WAGE RATES A Contractor selected for this project will be required to comply with TEXAS GOVERNMENT CODE, Chapter 2258, with respect to payment of Prevailing Wage Rates for public works contracts. The current wage scale for members of the Building and Construction trade immediately follows this page. A worker employed on a public work by or on behalf of the City of Fort Wo-th shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. This requirement does not prohibit the contractor or subcontractor from paying an employee an amount greater than the prevailing wage rate. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code, and intends to comply with same in the execution of this project. CONTRACTOR: 1 ' T�n(O &fr6ft4tr-S, EAC, BY: A&D Company Name (print or type name of signatory) t /�rr► — ems <� ,�6d�1�� Address (Signature) 116� )C '7521"1 DPmub"an %J City, State, Zip title(print or type) 2-19 initial' City of Fort Worth Building & Construction Trades Prevailing Wag a Rates For 2006 Classifications Hourly Rates Classifications Hourly Rates Air Conditioning Mechanic $17.55 Sheetrock Hanger $13.37 Air Conditioning Mechanic Helper $10.74 Sheetrock Hanger Helper $9.48 Acoustic Ceiling Installer $14.26 Sprinkler System Installer $17.86 Acoustic Ceiling Installer Helper $10.53 Sprinkler System Installer Helper $13.33 Bricklayer/Stone Mason $19.29 Steel Worker Structural $16.20 Bricklayer/Stone Mason Helper $13.07 Steel Worker Structural Helper $11.71 Carpenter $15.76 Welder $15.88 Carpenter Helper $11.69 lWelder Helper $11.25 Concrete Finisher $14.29 Concrete Finisher Helper $10.09 Concrete Form Builder $12.16 Concrete Form Builder Helper $8.81 Drywall Tape $13.25 Drywall Taper Helper $8.00 Electrician Journeyman $19.79 Heavy Equipment O erators Hourly Rates Crane, Clamshell, Backhoe, Electrician Helper $12.95 Derrick, Dra line, Shovel $16.07 Electronic Technician $20.06 Forklift Operator $12.62 Electronic Technician Helper $12.27 Foundation Drill Operator $17.55 Floor Layer(Carpet) $15.17 Front End Loader Operator $13.27 Floor Layer Resilient $15.94 Truck Driver $12.66 Floor Layer Helper $11.00 Glazier $14.35 Glazier Helper $10.32 Insulator Pie $15.05 Insulator Helper Pie $10.12 Laborer Common $9.21 Laborer Skilled $11.59 Lather $15.94 Lather Helper $11.12 Metal Building Assembler $14.29 Metal Building Assembler Helper $9.33 Painter $12.86 Painter Helper $8.66 Pi efitter $18.22 Pi efitter Helper $12.90 Plasterer $16.16 Plasterer Helper $9.98 Reinforcing Steel Setter $13.00 Roofer $15.33 Roofer Helper $10.24 Source is Fort Worth Chapter Sheet Metal Worker $15.73 Associated General Contractors(www.Quoin.org) Sheet Metal Worker Helper $10.53 3/15/2006 2-20 initial-A[A—k 2.13 INSURANCE CERTIFICATES A successful Contractor will be required by the contract to have insurance coverage as detailed below. Contractor must provide Certificates of Insurance in the amounts and for the coverages required to the Environmental Management Department, Administrative Offices, within 14 calendar days after Notice of Award. (a) Insurance coverage and limits: 1. Commercial General Liability Insurance o $1,000,000 each occurrence o $2,000,000 aggregate 2. Professional Liability Insurance - NOT APPLICABLE. 3. Automobile Liability Insurance— A. Coverage on vehicles involved in the work performed under this contract: o $1,000,000 per accident on a combined single limit basis or: o $500,000 bodily injury each person; $500,000 bodily injury each accident; and$250,000 property damage B. Uninsured/Underinsured Motorist: o $20,000 bodily injury each person; $40,000 bodily injury each accident; and$15,000 property damage each accident The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional insured on Endorsement TE 9901 or equivalent, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation— o Coverage A: statutory limits o Coverage B: $100,000 each accident $500,000 disease-policy limit $100,000 disease-each employee 5. Environmental Impairment Liability (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s) must be included in policies listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). 6. Asbestos Abatement Insurance - $2,000,000 each occurrence with no Sunset Clause. 2-21 initial IMA- (b) Certificates of insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with the contract. 1. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. 2. Certificate(s) of insurance shall document that insurance coverage specified according to items in section (a) above are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to Brian Boemer, Director, Department of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 6. Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. 7. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the contract. 8. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the City's discretion, the Contractor may be required to provide proof of insurance premium payments. 9. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums required by the contract. It is understood that insurance cost is an allowable component of Contractor's overhead. 11. All insurance required in section (a) above, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the City. 2-22 2 initial fA*- A 12. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required }� for the Contractor. When subcontractors maintain insurance coverage, 1 Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. - FOR PURPOSES OF EVALUATING THIS INVITATION TO BID, PLEASE ATTACH A COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) FOLLOWING THIS PAGE AND BOUND WITHIN THE PROPOSAL PACKAGE. l ell 2-23 acoRfl,. CERTIFICATE CAF LIABILITY' INSURANCE °��,�D� PRODUCER Serial 100213 THIS ! ! A S ISSUED AS A MATTER OF INFORMATION THE WYATT AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1300—, HOLDER. THIS CERTIrICATE DOES NOT AMEND, EXTEND OR SUITE 305-E 1111TH STREET ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW_ SURE HUNTSVILLE,TX 77340 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: ARCH$PECIALTY INS.CO, PONCE CONTRACTORS, INC. INSURER 9: REPUBLIC-VANGUARD INS.CO. 1521 AMITY IANH INSURER C: TEXAS MUTUAL INS.CO. DALLAS,TX 75217 INSURER 0: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDNJG ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY pE 1$SUE0 OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ppp ��pt� ILLmas LTR AWL TYPEOF1NSUlRANGE POLICY NUMBER DATEYM E D INWD1A GENERAL L AWLITY EACH OCCURRENCE S 2,000,000 A X COMMERCIAL OENERALLIABILITY 12 EMP 43592 01 5/14106 5/14/07 PR°41E"M"SESM".M ; 50,000 CLAIMS MAGE OCCUR MED EXP{Any aneparson) ; 5,000 X ASBESTOS LIABILITY PERSONAL&ADV INJURY $ 2,000,000 X POLLUTION LIABILITY GENERAL AGGREGATE ; 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG S 2,000,000 X POLICY MP LOC AUTOMOBILE LIAMUYY HN000615-1 5/14106 5114/07 COMBINED SINGLE LIMIT ; 11000.000 #(� ANY AUTO (Ea-d&*)t) ALL OWNED AUTOS 80DILY INJURY i scHEDULED AUTOS (Parparam) X HIRED AUTOS BODILY INJURY f X 601 wwmAms (Pereo tlsM) pp 13.M.M GE i GARAGE LIMLrrV ((AUTO ONLY? -EA ACCIDENT i ANY AUTO AOTHER UTO ONLY: FA ACC S AGG ; EXCESSlUIMBRELLAI.IARIUTY EACH OCCURRENCE 3 OCCUR CLAIMS MADE AGGREGATE i s DEDUCTIBLE i LI-9RETENTION ; S w p s N AND 0001145959 6/1 WOO 6/13107 7C LIMrT"rs EIi B FL EACH ACCIDENT s 1,000,000 ANY PROPRIETOR/PARTNERMMCUTIVE OFFICER/MEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE i 1,000,000 if yea,tl9aCAba WtlarONS Y,al[tw EL DISEASE-POLICY LIMrr ; 1,000,000 SPECIAL PROVISI OTHER PTION OF OPERATIONS/WCATIdNS/VENICLESIMLUWNS ADDED BY ENDORSEMENT/SPO"i46VISWN$ ;ORMER BARLEY SERVICE CENTER-ASBESTOS REMOVAL ;109 HARLEY AVE. FT.WORTH,TX 76100 CERTIFICATE HOLDER IS AN ADDITIONAL INSURED ON GENERAL LIABILITY AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SNOULOANY OF THE ABOVE DESCRIBED POLICIES BG CANCELLED BEFORE THE OWINATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR 'O MAA- 90 0AYB VAn-MN CITY FORT WORTH NDTIC6 TO THE CERTIFICATE HOLDER NAMED'O �,8UT FAILURE TO 00 SO SHAD. CI TN: ROGER GRANTHAM IMPOSE NO OBLIGATION OR LLAAILII'Y OF 0. ANY D UPON THE INSURER,ITS AGFame OR 1000 THROCKMORTON Sr- REP s' FT.WORTH,TX 76102 T�JT\ -�-:—:7� Aunt TA (CORD 25(2001108) AICCIRD CORPORATION 1988 I Uc' 10110 39ad A3N3W 11VAM L1ZT16Z9E6 1E:E1 9006/61/90 initiaiin-6- 2.14 CONTRACTOR'S LICENSES & CERTIFICATES Contractor shall procure all permits and licenses, pay all charges, costs, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work, except for TDSHS notification and fees as specified in Section 2.4.7 of this Invitation to Bid. The undersigned acknowledges the requirements of this section, and intends to comply with same in the execution of this project. CONTRACTOR: A Rnce'l:,D W. BY:'M O A-bJ41J 4- Company Company Name (print or type name of signatory) IQ A�fnl Uyle, Address (Signature) City, State,Zip itle(print or type) 2-24 � 4 Y s a tv _ ..4 '.. -711 zj x; z A %y, s - No Poo o. O " Ch leltn N �, OSI 17, a . . 13 a - - w - - 44 s 4t O ..----,,7--.,�.,-���-�-�,-,;,4,klo�--.,-T�.-.--,'1:1'. - - '.. - .. - - . . , .." , - --I-�-':,�,�,�,,,- "',- :�.-:-t,.:.,--.,;�-,z. " .. . .. 71i.1,-1- ,:�,I V---*..� 'I!,, - -� .-.I.r, 1.., -� 1.�, ; wt-.....I,-.. - :1-11.n�`�7�;.;� . ,'. � . I. . , -,'-L-i�,---,�.,.�., V!Z,!,�.:.I - .�-, ,- �,F-1- I t... .. -1. - - . . :�- ..!... -.. - . I - - - � �... , *;.-- I ., ,- � -. ".,�'�,?--.-�-,- ,;�-_ . .1 -��'Vzzl�.','..;,.`��.�'F!--1-- �:,�:L.--- . ��,�,�: --- , - '�:. �,-� . . , , .. ...,- ,:..f.., . ... . . - ,.:.:. I . v,- .. ., v:,. :- , . . . ,.;. -- 1, � .-, . ., - , , --: -i -"�;.'- -'� . ., -, .-- 11 . - ".:-:. .. . .. . - -..11,, .- �-,-", 11 . � . .4-A,...... : � , ,- . 1 - -. . :1 , ",�:, - - .I. ll��,-.'.-11 I I . * -�. .. I. - - '..,. - 11 . . --: �- �� �,- .-, - - .o� . �, -,�;-�; - � I I .. - . . , , I . .. . . , �.��..i . � --:�--�. � . � - � -, .,, � -. . � I- . , ,I - - ,-- -, .- . - .... . . ;�:1,;,;��,�,..: - -�., .-i-.7m A-vt�',2�e�,--- � ;;-:�-,, - . ,j . , ,. �:. --. -- . �. . � . .-�. . . . .. .��.O� t .I-I..- --"I-".. -- ,, - .. ,,,�;%... ....�,�.�:�: .. , L..� . -... ," . , -- ,, k�- -�7�-: -,�- :-,-,-.-; -.5, - - %. - - 1�:, -.-'-. -.�-7,-- ..�. .. .. ...4'. . 1 , . , �, . - . , ,, . '-,;�'.a.-'"�-- -- �- -1, ...; ,- -- . ,... , ;.,- ,"-. ,,�..-;.....,_'�-,,�!.. ;- �� .r.,.-.1.`- .�a L;- � .,Z�. .z. -z.,,"-4,,;., . �, - . r, , - � ..,,, ,!��-i ,- -:�-- .� , �. - - .. : �'. � --.. �; �.. . . , * , , - :�. . . , - ,. -�f,.,� - - ., ., �. . ,, ... .I - , -.: ., � ., - - .1-'� n ,I-,'-.- - I - - '� . ;,.. . � . . -. � - . . --1.;.1 -� 1. � -, ,I . - .. , . . -� ,. .1 7 . , - -I , , . - .1 - �z ,.:*, .,,*-, ;-, - - .� 41-kl.-I;.:,� .- -- ,.-.. * -,'�1-..-, -�.1; . I-- , .- , - -. --�,-- ,v, ,� �.,---- .I.t� ,�-�: - �7 -.-.. - '..,-.�,. ., ,� - -ij .., . . I ,, - - --1 . . - - -I, _ � * --1, -..,-.: u 1-.,?� ....,�,., - -.�� .�-- "."�z�-�m.%- -. ,.- ..,:,-.�- -:,--,.,; .��"-. ;z,;. �L . : :--:�,:'?--�- , .T, . -,�, .1 . . "...;7-.- I .�..,­ ;���; �.,� �� '.. ,'-.,.;, , -., -:..."--� - :- -�m � _;_,,. �- .1., -� ..... ,;., - -�----*. -,:-,�1,- - .: , .� .I .� ,; ,,,, .!, � �,�- - `;�2,,..."I.:,.�-�,.� --�-v -.'�-. .-- -,� ::, ;, Z.�� - ..4 ZE � . . Z- -..%,-!,�.-- - -'r-: -- .. "-.- - ,,�-.,-�.,j*�, -,-:,.;,�,��, ,, -� : �,� ..�.. . . .�- -I. J";�. - ,�� -� -.�m. . . -t..".1.- ".- , - . . - ;� : I- ..:-t.�.� - -,, - , .,-.- . . --:., .�, . I . �.. - . , I .�- w. . . .., . . -- -- �----�- " - , � -, - --, - � .." ---- , ., . -I - , a �. .,.:� - - � I � �- ,s�t�::,,:1�,!,; . . ,..., , - - - -. I-:-":-,*.,i%,;,�-�,� .-.-,,.. , .; �z .- -*I � , "'-- n , ..-..t,1..,:.;:,"...�j�� i 14 .:.::;, .- �.j.k:�,,*,:.:� " ,:.,-..-..",-;-,, 1.,-,;;� .. -. - ,, �.. li ­ , . - , . . -- , '� *! -.;, ';i.,-__ .7��- .- --�-vi�I I 11- - - .-,-.-e�, ,--�,." -,: .. ,: --.-,-­ :�-�-:,`,��7%-,--,�--,,�-".,�,�;-,.�,;.-�w,-��-,,.�,,-,.,.. � . �- - -� - -� - * -,- I -, -?-,,P-1 , ---, ,,1. - .. .�-,�;--;�,.. - ..".��-�I. 2�,,!I ,� ." -, - �� , t��'.t, 1,7,0-t�Y� -i.�,. I - ��,.., . .;-,�,�'.4;;�j� �.Il -1-1-.-,;­­�-';'� ,�-.�;�Z''�7cr�'-,.'---,--,�*'� - -'i�- -.1 . -- �hj� -- �:'-' �',--'.�--;1�7, -4, '-1 �,-,4- I,% .j� , - . - .-..-�... --,-��.o- � ..., :. ;."11.-.Z�- - . �- -� . wx�jern-: -.�.-4.- sz�l�-:1,wz�--:�',�2*4; ". :,,..,..,,-�-,N,�,��'!��_--x--.-I .-"i.,�5!�,�i .,V;*"�--'M!7,itz'%i�'�--i� -::-��'--� ', -�� ,', � -��,.-� A IU- "�,:� -!.� � . .. .. .1,--� .. . -%41 - ;.� -�,.-,-���-'I, - -, - -- , - , . ,, . ,� .f ..:.-,--�.:�- ..-,.-.:r-,%,---.'- , .. �-- -1. . , - t. - �.-!� I -,�!"i i � �-. . -. --_-,-.,---;m�%,.-,- ..-�� -,�;.,--� . ....-,"'.­­-�,.,,-;�-�;f�i-- - - - --- -� T .:� ". .7,�:"- --, * 1�,,--, , . -, . � ---,-�,;,---, -;, -�� zu� . --i-4- ,.,,, -l"A � � - .-tZ,�3= - -4r�.I, --, --�, ---f�� . - � , --- ...%. .-, - - � -4*1�, - . . - ; ,�I -.; -� ��, , . .-le�- '? 'L�- -, --- '� - t .. I ..:t,l, 't.,�, . **,..-- ;��, -1,�l -- -.� -,.`-�' ,'. , �, ,w -�4---!!.. .-::. . . .. -�-;*-��I...I .�l �. - , ;; � .�N -1. .-, ---. ;��* - I !: - �,X�-7.;-: -� . -:7. . �, - -- -- . ,..- � .-- .. - � -.1. . - - - - - ­­-F.I�Pl� 11,.'--.,w,,,,-C'.� -,�- -;-�- -.�'��--!,�.:m"'.-1�1--:.,.- -p-;I.. . - :�. . I- I- ,.�. k I . - � 11�11.�;,K-�., -�.;-;;�:-- .�:,.;, .7- � ..--. -,. . . . ,- � . � :1 -,.-� - � , - ..-- ..-..--�: :-: ,- - :- , - I I -- . �4:�ti�.j%�,;:'....;:, ,-Z --, .!--,-1�... ...� - ... ...... 1: , u 4�; ;!� -.1 -,','51 ,- -- ::.",:��.-,:.,: - -�` :: -t -�'-M :",�,,-7,., -IV;-'�-I* , - ;- . , .,�,7...... -1 - $,� . ::-. . ..�- . � . -i.- . --7, �!t� - , - ��z'�vw.�-I.. -�, , fj4, ::-. i,;.��, ; I .- .. . , -..: ,� - ,0�-5 o- �� - -,.,;-� . -, -,�-..",..-I. , -, � ,.- .. - - - , ,:t� .,�- -�-,i : .-�;:��,-,� -, I . - -1';, - lw,, -.-:.--:�.:, - -�- , -- - .. ..-::�-,� - I ... ,: -� . �..,,.-.. ,�--...wt-'*z� -* .I -,`"42� , -�, - � -,�� - - ..<- - : � �xi,'�,,...-.�-e---11-1 .��. . -1�;-�, -,;7,, 1.-�,------.�'.-�-;,-,--.,,,4;--. --�-:----'��". ,:Z-. --,�-��-.,'--:�-,���--,-..- .- -:- - 0-. ..� . - ., -;...---.-,.: ...- .­�m . .. - . .�'. ,**- ,--,-- - ,--.1�� ,r -..I- - -W- . 'i w-. , � " � ; I - . . * , - - , . - : -,-� -4 �;.*-,�, 1., -�"%� ...- ,I, -,I .1 n7l'.a- , -:;�;t z'.--,�j� �:N;;;-�,�:-z�"4"-,��-',- -V -- ,- .I-,:;��!�..';�--4-1 4-:.-I . .� Z:----� ,-1,-:, .1-1 :-.',i�...�7.�� �-; ,;�4':�-�',-Ll,�.. ,r��',1�- -.�-'.-, . -;-1.W2 C, - - -- 't;: , :,:.�,�-*- - . .: ��- , . �. - - �---'.---1 . -,:�� - . . : I - - .. --, - -S--�-- - -.: :-- �.. --- . ., �. ,, 'WI;E-;, .,--.�-�­-�,_�_ %%-,.,-,.-.lz;-i.-­,---t�L:!.�,'.�­:�,-- -.' -:P�.r,­;�--Ij-- ,:. .: - � " -�� , _- .. �,., -.- , - f��,,-,'-... -,�'. ":";,. --- � f, . . .1. .- .: .m - .1... 1. , , �.,;�,--;��- . . -. - � , 4�%� .. . I .-- _;�,T;%� 1.� i , � 1 . . : ,'-' o z....;,� , - --,;!�, - -.,,.-.: .. . -..,::", --k---:�, , , �,-- ", ,. � ,�:�,!�`�-,-,�,4-,Iza-- -..."- .11- .in� vt� .-.,'---'-,- - .,��­ ,�--:-'t I �-,,;i- ,-:-,-.*� -,�4��,-:i4.�,�5!;� t�z ��:�r ,.��41�-, -_;lj�. . . . . , ,-,;;�-!��Ih--�-'-!.;--:�'�.;­­:-.,-"-�P"..,-�-- --��- -, -�-'--,- , * � �� . .. . . - 11..w -- '11�-V.�,,' ,--I I v,-"`,-��-, X,.�- , 1; f,,�.-,,,-.--_.� --, � - . , � . . - - i :,, - -:e , ,�, . !�.� . --;-,- 7:�-,---'!.-�---,,'.-,.-:,-,�L-. ---�-- - ,� z',,�:, , � ,�i� r .. -�-. -,,�-�,�:,1-�7�;,;. ., , -,. _ - -- - �, --- n�-- ,�.,tr,�,�-Il�11--, . ... - - ��,j - - , . - Z��,­. -4,11 -I - - - . - �-.---1,7.�-t4 ...,- I� �: ,;...-,7,-:; --�'!-. 1��-' . - ...- .- �----.l�-,��4 ;;-,�"%,-17., -, . t- . - ;Z--,-,�.,.,---_ ... ,�.-.1 _._ I-.- ."'g-I..-�,��- , - -� _ , , - , , I:.. . _ _ �7�. " -- , ..44 -- .­ . 1. _ - , -,- "-",*'""',","" - . , .-N. . - U--. --. F--�"A'�. ,- . I.. , - - , ,_ - f,--`!-,-2'-�-,---, .� , -. ­,-,;�, -1-7-'�. - --- -t�_,, ` -,", - '�--��,-- �� .. I �:-_�� , --- "- : - :...-,� .,;" . - t - - -, I -� -,, -�,',��, �-� - �-.: z ".�.: , ,41t.,,_�',.:z I,--.-'..., - - . , ::- - -- - *- ��z...;." -:�- , .--. 1-� . . - . , - - - ..-... - I I . - -�,, .-�:-. --, -.. .7 - ,.. . .., - , .w - . � . I -, :;,, - -- �-.I . - -��. - -. , -I,�., �. . - , - - . - - - . ,- - . . - � , .� . ..- �. . . .,= , . . , . , - N-11.,��,I .-. 5-5:��-*��:- ",',�-.-4;:,��._;- !,-, - � -�- � � -, , * .. -;'.I,;, io 4 - I --, . ,� .,..- , , , '� .- ��-.--. -.- I..... -,-,- ..----.- ---�...-,.., '.--,- :;-�... - - -� - - - .1. . � :.�. -.. . -.-�':..,- , :.,�-:k�-4"f, -*T,---.�7�-," ��:�' `.-�!-N��!- *.1- I . I... .r .-;:e - -,.; . 1.:t - - %,.t, .11:-�'--,. ,1- ,--,I� ��i�'----- ,��:,.. -w -- Z I ,I..I . -.. - - �: - - - -,�, � - " �-.-.. ,�- - :-, 0 . -...- ,:,� ,� 1. ---'�-. ., . - . 112 - --- - L . -3.,�,",..*,,-.�.,-.., , . . ,--" ---.. ..� I`--.-----I----- � .. . . i � - . - �--- ---- -- - .1 . . � , . .- . .1 - -- - - .- - I . , �. .- ��* �t A-.-- �:i....-- �-1--��-_. .--, . -:-. .. ...". . -� - I . . - .. :t - -.. ��1,�:�-,- , - I... , . w� 1 -..-. -- - - .. - .., - ;, -,.' . .� , 1".. , . ,� , ���p . � - - I - . , 7 -- -- -- �- . �: �. .. - - . W- ,,, ,�, -,-.:; �--',-- -. - ,. . - � . . - I'll -.- 1 -7. . ,t--! . �z ,2. . : -, -, , � I . - � . - � . - -- - -w - - . - .- ..- . .. . - ---.. � I- - -� .- - � . ...ia� � . 1. --.,-� . * - , . -.. .1 . .o:, , . - �,.:-:.�-; - , .�- , `�.-- , .��.. ��.. . . .....: ..., -. - I- - -� ... -..� .. , - .. - -.-:,*. ,'� . .. , ...--. ----,-. � -- �:,�;,;.- � . * . I ..... � ,.. . , , .., . . I ,.q..4 .�. . - .-�l 7:, - .1. . 1. . . . .- . � .. .. -�-- . . �i. �. , -7- - - .- -,7 1-. - *" , -. -Z� " , , - - � ,... 11 ` - ; -�, --:-,::z - '.,:�� .- , : -.�. -;�� , :;, - .. W. 7 �. : I .----.-- - : 7 ;: . ., : � .1-�I: ..I�. I 'd i . :�- �.,.:-.. . - ;; - ..., -'i Z�' - -:'7- , ,-,?�. -,�-. - . . � - .. , � . - :- 7' �';--: ,,- ..-., �,-,-. -:�,- �. . � �.i�--, - ,,:-4a,, . -� ,,�. .;: ,,�� -� ! - . . - . .. ":. - � I.:I.-: . I --�.- ... . � .. 1. ,..4'.-, - ,� .. . ` .. . . ... I .. . - '. ...'...:-. .:1, .� -n, -- .- ........ ..��. � . ,-�-, .;-. , � - : . � . ..;�a. '. - ,-�-,�, � ;, , . I I -..,�. , - � . .. . ,;... t . � ., . : - - . - . - . .�� :. . . -....I ..." "-- -o.' * . :1- -.. � --- . ,I . � , .- .�. .. . . '.- , - .� . .4 1 . - - - - , ".-� ,, - - ---, :', �.-- ,,�':: 7 .. .. - : z-.,..:.,. 41 �-- -," -.� . . . .: 1: . ; . .� . , I . . . -..:.,.: .,: .. , . , , , �� . . :.. - � ., �. - . .. . - - "" - . . :... � * � ...::, . �i� . . �.. , I . - . .�x � r! . . - .1. .� .i. ..., . ."'.. . , - ,, -,�.T ."-.,-. . �.. � Ad: � --... . -:- a- . ., . :. z, �. .%. . ;�.",,�;,-� ,I " . I .. I .. - , , - %. 11. .. . I,-� ,�:... ,-, I . . - . �� .. . 6 . - - . - � ; . . . . .� , . �-,, � ,, . , o I , , . i I . . . --�. , " -- .1� ",-� �,� - r-,q, �-- ,, � - - �Z , � - -I , - .1.. r - - -, � . .-,...---�,I., � 'M,�-....,.­­Zlj�'L- �, - �-. --�:: --, .- I- - - `7: ; ,�7. ...� . . .. - .- I � . .-- 0� ..,:. .� - � ,:,. ;,.--,.'i -%:.- , - S.---��. - --A,;�l -� , -�... - -. -. . :-,-.:� -�,. � --- . . :.� -- -�,� -77.1 ,:--- ,-..--,.�.";:�,� ..:; ---� -�� .& , . I . --:-" - ,.", . "�.;'� Q ., - - � � . . . . .1,- .- -. � . - - . , -, ,n:l. , . 1 .. �..., ., - - ,. . . . . - � . . . . . -.- -7---.1,�`Y.; - -��l- ... .� . . - . , :. , �.- . , i�:��Z:,��*�,Z - --,-,-- -��i,;-,4;��::,�, --,�- .7 ,� � . ... ,t.,::: .� . ... -�, --.. - , , ,- -- :,:,f�:��, ,z r�.l � z .- ,� -� -�.. ,,4 . ,4. - "� , :7:, -,'�: .. - . � - -, - - - . - * - - - - ... -';�;� -�� - , ..- . -- "�:�'- -.I",�.. I - -- - -- -;, � ,��.��,.-.-,-_.,��I,. .- . I T. - , r . �.- ., . . . -�, ,, 't:: . �Ej � -�-:.. �"­-" ,�';. . .;� -_: - . --,o:'% -.1--l- .- ,--- -�... ,��. , . :: - � 7 . .:.��._ .. � 7,... ,�� � ,--,n ��- - � .� ,�, , .-*6 Zl � , .� �,� jo.-!-�I . .- - , .-.. va� . --.'�.- ", . , . M, f "".;;. , .. I-1. . � . . ��, �.�-,� - - - � , . . 11 ,-`� -�-,� . -i . I-,I ,;�;.;;L,;�-,%�P�,�!�-- - -�,­-", M, . ,, � - ,, � - - . - ,;., -., * -,,,��. �- - -,--,., � �-. - ,- . .:11 --- -'%"-'."-;-m-:, ,-,-- r-,1* - : �.;, , -. ::.'..� ;�� .. -...-A. ,f��.-,---:��v-, -. - ,.1.---.::��--.--�.. ,�. I. , Yg -. ,---,--� �.I� .,:..: �-.: �:...... � � �1, . Z .1 - ..� -1-. i. - -�k . , I - - ­ m. . - � - - ��-- .. I � : . - .1 I �u .- , ­. .--, 4 - , � � :- - r . - - - z- ,� ,��. - . - - - - 41::: - - , ,.! �- - ...., .:z ,�-,, ,i...0-- . . ..,-'-w A�!,--,��X-1�4, .� -- . . .. -;- ,.,�!, 1. .U� �:F, S� -, -- -', .- orw ,_-�::'_- :'t'.- t%-.`:�4 . � .- �,,"-.Z,:-."o,-` . 2...." ��: ._� .,"t�`.--�..- � -.%',. L - a V4-..?,�,�,�-���7.�,,!,�,--,,;-��-L .. �`-',-..,�-�,��r ,:�-�,-�-_�,-:-,-2 I.�.;I----: � I- �I... �----,��- -�,. - , � -- 7 -,`1�.�..�'-.,��Z", .I ..� 1. �--- .�, I--.."- �I- - - �rz�-:.- . . . ..I-- ....-.., . F --- '-V.R,--,, -4�,-,", !�- , , .. - . - w, -4 . ,:",: . -! 7 . . - . .. .., . .. -. . ,.�. , " .1,�-�� - , --,se- - - .- � .: .. .� .. - -,�, ---l�'_,.�. -�-Il �,,.`e.:l-�. -" ,- z --'. 1. I ,, ,.,-�- � .-,-�1-1 , - -,.-,,��.,-, , - �" -',',�.�rlw I-'-�' - .. -1 .-I.,I !� I-, .. 16 . I . ..11 , -- :�,,�",i*- i4 ,---;&.� �.-- . . -.- - ': , ....� ,.. -":-,--: -- - - ., :- - ..- � - - ,F - .1 --�'z -i., z �, !.� ,*. - ,, , _ *7"'W"------ 1 - �. ---� A �L . :. , I.�...r" .� .,--, ------�,. --.. . :- �, , ;-_,---�.--- ,,,,_T:,�,, ..��?��7,-T'%:��-,!F I -, `-1:11 R.-%, .�7. ---*4-.- . � . . . , -� - --, -� , - - 1,"`� ,-,�; -- -��--�!----,m, -*' - -, ,:---".---.--- .-.----- . - �.- ,*�:---,�_,-- �'.. -� : - �.. .. �� -�.......-..� --1; �,',%;-T.,-.'�z,�� ,�-,, ..--:�,-;,-'! -.*.-"I:il�.- 4'-�q..-,.w�-, �:� �. ,.: -�'�,� ��;�;;, - , , ,.. - , - al , .. - -7� . - - ..... �.I.rl . � 4t2 , . .- .. � -9 . -,7�!�`�j:, -,Z,:;.- ..4�1 -� '.;- . I . . -�" .- :":,�--,-." - - . r. �'J, - ,.. -11 - r�-, - - - ���� . - �,�,�-��,--- --�i�;E�.-..�l , -11..." 4* ,�9-:��,' �. . .. . 1%.. .. ­ . , .. . � , - � .;"�.:' -'. *-�,� :,- . .-, - .��`, - .t! r.�� '� :-."..�, , -- -;_1 .1�, . .I ,..e. � - � '-, . ,- -, ,--:, ----,� -i�. , . - � ,- q ..", - . . .;z s I � ---, .. . . --. ,, - - - , ` :.-:. .: , , . -, , t-�-i f,*,�,:k--��,",`;i�`-;'.'--t'��,---., � , .��.-�;"� -;-- ,-. - .. .�. ;-., . , - `t�P--.---, . . ,j ,,,,, '. `-`-�,';--�,,- -, ,-.�-- �-� ..,!.;J. � �-. -- - ---.-�- - 7. . , � . .. -�. - .- --, - - .. - ..� --- -,. ,-. ,- ,� .-,-..i., ... -, I .�.,*:�-`- -, .,: . ,, - -. - :11 If �I:., ......L, '.,- , - ­-�-:�-,7�7-.,,,,�-,I '-. I : -; ...IC*-,- �, -�", . ," - -, -, ---- - fl�--�-. ..,I-,�'-.I.-�...;----4-----:_l_-. , � `,'�:4��"��,'��, ;.. .. ,..- ;,-.- *. . - ::. . I .1. - - , ,; --:--I- -,�'t.,:,,, ,, - .. , �-!l I------.-,.,,,. , - . . -, - - 1-1�� . -- . I . - -- -- ,� - '>- .- , , .1,-� . -z.; ,A?��-" - - - I 11 - ...�- . � . �� -,�-; ��,��' * ,�`,,---- -- -- , - -7--- -.:--"� ..�;-ll�..j-1 ;-, , ,��!�'. .-, ---�. - '. �'t-�� -�.--,- :-...-.I.... .... . I-,.11 �� � , - , ��.:��,l .1 - -.-, -", ;- - - ---- , .,�,- ,��.,,- - ., "-: --, :-,. '.r- , --,,--_,-�-,, - --,- I . . �--��.--, , - - . - -�Z'- -, - I - .. - -7, , , - ,�,-"��N ,7;�-� �;,---�I)-d.", - ,- - . . . a . � - , - _ -,, - . .."- , r,,�: 9., ,;,: "I'� . ... :? , ,�-- - .1.� - ,�: - .-- - .... I I-�.,, I'zi5 . - � - . �., , -�- ,- , .1 .i - . . I .� � ,-:- -m-, ..-.. �-e --..:;,.�� �; - ':, �'."V IZ w �� - ,-��.;."j�" , -I .. ..: - . - .. I .. . :- L . , I .:. -- , -, � . .�,o -,.. - � .�. ,. - - ,;,�� -,A --';j- .. "., . . . :; -, . . .: . , . , - - -. .1 .-­ : . ,-..:-� - J� ,� - . . .. I --1. 4� �'�-w - I . . -., 1 --I- -.�- ,��.`;.,,-:-_�-,- 1 . , . ., -, ," �*- . -?Z;� -. �,-.?. - , - .. . :%: . .. - �" , - .. ., ,�,-t.-�,-��'--�:.,-,r,:,�. -� � .�,- --',,"�'l �, - ... - I t� - " I -- . '. , I . :-,,�!- .4 % - - , . I:W:�' -.,'��. % . . - .�' 11 -,-, -, - i�� ,. -��,��;,,-�,". ` --' - .-: .i �.,A, . . " � � . : .. * - - , * 61 . , - * - , - * . , . . . . .1 .:i, --- .* - -,. ;-.�V:-�- , ,..�,�". . , ,l r .--,- ..., "". w- -.1.- ,::, �,-- . I . ,, - . : * . . �.-- . , - , -.,��.' - . - - ", - * � -..x, -�-�1� � - . .I ... -- � . � � .-,.,., * A - . . -.i, .-� - -- ,� -- -,:�,',,;�,�- ---��� .;,,", �-; .., +�.11'- I - . , ,;, I., .-� -� i..z .. , i �. - ,... , ,. ': . ;� -- . , . . � I I .1 ..1--l' � 41 '. ,-: ;,,� ,���,----- . . . . � . I -- .:I. - - . .P, ��. -... �,�7, � ..�-,- �,v-.;�- - .. -1 . . , :- . -�-:,,�4 ;t-mt;�!.l� :, �- ��:�.�.I. ,-�'. - - 4- 7 I ...I... - I :.l.. : -... 1�1 I- , .,, I w -� ,- : : . I - . ,. ., .. .. .. . � .1 . I --,-;�; - .. . ," ;l P---.. ��!�� - - �. .. . ,- . .- t-'l .mI! , . ­�. . *�� I - , --..,p I - 1. - .�-� ��. ���. ,u-L.-,.: � .,�, - . , , L�--...: -�-,, . .. .. .. .1 .. .�.. . : .. , ,::--,.--: - -*��,..t :.-4,�.T ,". --,.:.'�.I�'�0�-��,V�.,', ... . - I . , . . .. . , , - ",* - �, - - � -. 11". --.1.1i",.- -, ...f�- . . (9 .. .-., . :�:, �, ., .. - I I . . . � I -,u - .,- ..; �� ,.". ,- . .1 �.1�.. ... . �- :. ,.-,.� - -, ,;, .... ... �- . - , - :. w-- ,---- �:,� .., - i ; , L,:, . :.'. . . .. , - - . . . � ,Z :�",:: .. . . - . . . . �.,.. I -.. -"" , " , - - I.....�":1 ..et .��.',: :,. I. - . � ---,-,..� %7� - . .,; .-� �l- - . .,; .:,� -, , -.- -.- . .;, - I :,�.::,.,- m * - � '� , :- -F . - - , ,;w -:.,:: ��:-4��-'.;� .-�� " ,,�t ,"w.. m , , ,.. . . . � � I . m - -.-, I - - � - -�, . :'%�,A�.ATE.... - . .. - .. :,,--�. -�,�-.- � - - -* - ,- , -t, -,-.-,�,�2 - :.1 I , , 1. . . --�,�, " .- ...�-:,�:, �1,-, 1. I I .. -11 .-..�i . .. I . I � -7 -- . . �, ,;,4",� -�L - I I �., '. , � * - -, ,, :- :, . , I-. �'�. ."! I...1 �`:;,, �, .7;�-�,'�, -.�,T-K-': -:�:. .I .�--1 . :.; - ,, - .,. . . . .. . - - - -.1 ,... - I�.....I I- - � ,�., . .. P... ...1 ...' . - -.. .. . , 1-1.�� ., I :i. , , � - -� . , -,.. - �..q. F.- --.-., . : � � - . - : - - �. :.,_.�- �--- -,L* ' , . �.,��.� . . **7;-, ,�- �,- � .. . . . - :: :�-- � . -! � - - .�7 � - , -, �.... � - - n ., -, - -� , ­ 7- �'� �', , i�� �..--.-,,-15- .. ; . ,% � � . �.: . :-�-�� � . .. - . . ..: 4 - - :.�,-,; .--,-�. I I ..., . -1. . -.--'Q'--.-�11'-.- -.1-.-1,-;*� , - , . I . I .. .:: .-..�_ . .� ,- I -�- - '... ,_:.�t , ., . � . - I .. ., �' �. ,''. -��.:. -. .-- I- '...� - F .. - . � J.-A'.: . . I . --'. , - .1. .. ,. , . - ." �� , � , . , .. . . . . I . - �. t, . � ;. .� .. . : ,� - . . . - : I , � . ,­, 4 .. - rl 17. ­ - . ..� . �z.. - _5 � :�, .� . . . 7 -: . . .. - . � I - .:. I.. . --- , o . - .- ,. . - - * 11.. .....j-,' . �. - . .... . � , .. . , I.-:, ,�, - I* .1 . 7.�� q.:�- -:,'-.: ,..::.. � -:-2-1- "�- ­,,A,.-,i:I. - . I . .�_ -,...... ..t . . . . . . !., -,,-Ex, '... - - , . - . " . .. . . � - .1 ito , - . . -.. - . . . .. � . . .�_:�, --�, .-.--..- �%-Q-�-`,, .. ,,�, .. . � . � , � - - ��*-* - -1 . , . . . .. , 1�, .1. - . - - z - -- . ,o; , . . -. " - . :� . -. - . I.�,I- - "I I., I'M-. -;.7 . - ,. . .,.,-�,- -� 11 .1,, . I.. - - .� -��'l, .��,.,z ,, ,. - - ,..� ..� -- -- - - - - - - . . - �. �... " . - R , - ., . . . . q �: � . , :� �. L . I - -- . ..-�-1; � ., . . I . � I . -.. �I . -:�-, --' � . . I .. -,-" ,- -.��, %..,.".- I-';� ,';� --.�-., - % . :t. , -, , - - * . - . �.,..�..� . .. - - -..;. --,.�Z, ,--� - ., . .-- .. . . ,,,-. :-.-, -- -. � i, k�`,�:77".':. - - -4. . �.--,Q" -.".:-;�i., -: - - .. � - , I�. I-,- � . .,��,rp- li��! *�,'-i , ', ' . . . , �:.t . � ! �-�;_,%1.-. ,- .. ..;-'; .. ... . . - - - ., - 7.,!, .. ., . � I - �. -. I -- .. - . .. . I - . - 1.; . . -,,-�, '' - -IM-4-1. `-�l �.. ,.. 7. ; - - � ..*: . � -. -:w. . '. , : � , i.��- ..- --- W.-� = . , . � , 1,,� , -*7 i, - . , . .. � zlt� . . . . . . . . �. ,, - .,-Z. . ': ,.: .% ly . - . . -q ;, I - : L.* I �. - . I......r.1� , �'� , � ,; . _. , w ;" . . - - - - -Z . - - -. -,- :!. . . . ..� . I . ­ .%., .. .. 1'� - , .1 ,� u w . . .1 . � %- � I . I : .. , W--; . . ;��.- ,- . .1--vl . .: � , I . . - . . .... . - . .� ,-:, ��. I , .� . 11, -2,: 4 ,- .. .. � . - . . - .,, � - , -. .- -- � .��-. � . . . ," :..'' . . . . � . ;l . ,. �l , �. , , . . . -., Z�,- �....,-,.: �.;I . - ... �: - . �-,�� ;- ,� "; ..-... ;M, ,:,,".7 .:;. �) , .-, , " -* .- . � -.., ..�. - ,li�i.- -::i -- - . I -,;� ,-, - - . . �, . , �`7, . - . .. . . . - . . . , - ,-,- I 1.1- . . -� . � . . . ,. � :�. --,,� ,.4 ,,,--n'7.', , .... I -.-��..,-,:.,�, --, -�-�:.�: .�,�-, . ...�... -� * . - -.:. . .. .-. . .. - ... .- ... -.. . - , -- - � . 1.. ���.., -. I- . . -- ,* " qzr-1 - - . �. . I 11 ,.� .1 ..% .;, !! . . I I � . .�: . r ,7. ... b. .- . . 1. . , �; - -� .T I . ...... .. I- I : 0 i , ol . . . . T-.-.--. , ., --.--:.�t� �.. � 14 _::-.i4.�,..J,l '....., - . . - - . .� .- s- � .. . L :�..,I - .. , . ', 1 '. .,. ,r... rp.-.1 , . . . ',�, .. i �,�: .. 1: - - - &, m . . . - . ,. - - - � . . ... 0._u . . q, 4 -. . , 1. . -� ..�.' ,�. . . - . �- -k . I , �..,,.!o 5-W,.-,' - .. .. ,: . . . * I . . - I ,,, -,_ . . -.- -- .1.. I,1". . 1,,, K- ,��'. ,.- i� . .� :-:% .... ��,l` .. . - . - , MI.- .- ., ,- I . ,.,,. �._--,.. ,. n , . . i ,".1,�. ...� ,; �_3 .,-.t, . - I . :!��. -."..., - - . . .- '.1 I- - . .� , - I� � , - .- -,- , -. ,� f-*, ,,,1-; . , -,%� M.��r."'-';:,�-.;.:..�.'l,l ,- - :., --I- . -- I . - . 1�:; . �- .�- . � '. � ..��,:� . . ��. - . , '. �� -;. �T,I ., .�" . .�- . � ::.-",� - -I I ! I 1, ��' 1 47 - I .. � . , �T.,l - -- , I -,.. �,�:�il,ft ,�'-.�,Cll-. -:. �..--f '...", . I .-lu. I -I � � . . .- � . . . . - - - -1.11 �', I . - . . ` , -- I � I � .-:. � .1. .. . - z -"�� . - . - , - �-,* -,,� -�"...,";,.:.,., -, ` . �-- I ,'A� ** -,�,""...,� -i-,--,- t . , � . , '. -.- .. - . - -- -;- .-a ;Lvl , . . �- . .I - - , - - . . ..� �., . .... I -- , . . . a. � --- , �";., , * . . , - . . - I� 1. � . ---, . .� .w ,� ,; . 1*-'I-L'_­ � '-_,.a.--- ­ . . .1 I 11 . . . . � . I .- . : . -: ".- :- ,..,:, - -- . - . .. � ... � .-- .- . , � - . -, :. ..-1�: .,. . .1, , - --,_:� - ...--. .1 � I .. a .- - - ­ - - I ... . - -�� .7 ,,-,�l�.1411.... - -T. ., . ,. . , .. . , . ,u , . -� ..� . - ; ,z ... .1 ,� - , m:� � . . .::� -.;:.: , . .1 ; ,- ... I . ; I . . .. . � �.7 . . . . - �:-- I 1, - :", ,-.. 1, !.,* ,­.qo -I '.. I .-�.-.. - ..It*. - � . . .. . . .. � -.- ; i ."', , , � � . - . - " - � I . I. ..�-o I � -i4w ��V . . .1 , - .f.,�, .�, �.-.. C12, .. . .... ;� � .� *1 -.,: � li-: .. , I . ='. � .3 11 iiiii 4, . . -I j� -4-. . 4 . 1. ., . ,� 11 . . . . .- . ,, - � ,1'*,�I-�� I ...--, i .G . L . . .�-,- .11 ., . -- � .. . . . .- .. . . " I :�: �: �, .Im.--- .,.;, , I . - . , . I ;.:� , , .",-'t . . 'IV- � IT .1 . I I -: - .. , I '...e�-i � It - �, ,.. ,., - . , . I . - a- ,... t . I I . i I . 1.� ." - .: -_�, : :,j; . .-.�..-�� - :�4- , . , - . ��-,-.. :" - . . . . . -�:I...I . I,� . -1 :1 - , . -..� - `.,! .- . - I ;, � . . - 1. . . . 1. .F.41�� , - �. .� : - - 1. :t- -�,-��.-.Ja: :� ,� .- ;?-,* 4 1 . t ,., t I . . .,- - ���i-,:. j7��.-, '. ­ - , - I � -1-11 I ..11�. - 0 . . qT . .-, .. - �, . �m - .- I ,.: E-4 --- , � mt: .. ...� . . . . eq ... . ... 1L. . � .� ; . i! ...' 7,,I 1- ---�: Z ---�-j k --:-.-:-`-,- . N� Z. - F . � : - . . - . . ,�I , � !* , . al . . � , ON, --,- , Z . I , I , : ! . . I .� . . � �. . , - * I�'Z�:,i.12�,. ��I..... .. , I. U .. - .. 14:"..- �I'll .. :- * . �L- -.. I . :% .� I-1. ......,..,. :� . V.. - , . ,4.v ,. .. � .. . -Z.,.. , � "'', :-". I...I. I .1....- p . . % I . . . '. I ��� . .� " '�'.-,.�.:�"'. . 1, ..'.. .. - - 4,;.: `-;,.:_�-,-1,..�..., - -- - ---� � . � - . - .. - � 0 - , . - 4 ,: ... � .. -- � m - ;,.- I . . , , -.*�.. ;V7 .. ,, . I- � 4, � . � Im. . .. . .1. , � .. . . - . , ..v - -- . ..::- - 10- .1 141�:-..::.:;, ,..%�- - Q, . ,� 1, . " -;,:�, - -�.T. , : . . ,. - . L.�-...-� ':-'. ,i.- �, ., -- - -77 - I *, -*,,-:,--.-��' -�*,,:.�,�,.'� '�- ". ., I .. . = . . �., . . 1..ml - �_.� - ,--�,i z...�. �� -% - M _ X-;�:-%--;, .. ;i�-�!�-�,�,� � - �I .. . - . - .. -A � I . . -;, - �1-, 1.�.l ff,�- �� .. . I..; , - . *E ' - --.- t, - , , � .m. , .,:, ,:L, . -1 � .. -� . ­-.;" ,. . ,: . _ ! . . � L;,. "� :", ,� - . . . , " �, . . ��V�a-4� - � . - - -. -�:--%��;, , .1. ,�;' -��,----�:- _* A : :.-� .. I �- . ..,�.,� I� -. , , .� ,..,. �, ,,, �.l �. . -�: ..,-." . L I--, :".�o'-'. %��; -. �"L ..�'. -I - �� _, - - . .�-- , . ­.:.L�'�,'�� -�,7� -...r -- ,-p- - - ... - 111 , . _L�'_--.:_-.,." j",..' _ ,_ , _ _; � � _ � � , I -�-'� .LL .. -- , . �'.j - ,--- - --. -L%A� - L'�:�,v.-,�L.�;;F.o��:.�:,!�L V �M..t� . - . .,-. :�- , ...,,. :��-., �'. --'- ­"'" ,,�.,.;;,; ,�. I.,. , . .. . . .. - , � -:.::�!,.- .. �,,�- - " , '. 4.1. - .1-. . ., �� - = -- ,.� �m :--,.. � ,-_-,�,.,,-` - .�.I' �� L.1 ,L, ���'.�'�L"- ., - �z ---��.�:-.I-Ilv, � _ ." .1 - ��.- . .L . - � . - W,,---`---',i2� �-,!m--- -�. -� -. -... ; ..�. .. 's _-_,. '-� -L I- l;'-.� �,- . . -�� ­ �"L -- - -�'. ,:., � -, I &i �3 ,�-- , .,,�� --L .:�L"'� . . .. .:�L,�' ,��­ - I - � ---'Z ._�, . . �"E_ . �"U_ .. �� � - ,.-!I .�`:I�. L, 7,Nw- , L.' -'-�t--;"��' .0-fl �-.�-i� �� , .., s �,A,�-, ,;�, - - - . , - .. � ;. -�� :�,-,�.�,.-x. w '45Z-, �,.'.��11 - 5 * - - ,:, ::�!.., _ L" - - � .. --. _ , - ;�. ,. ..:. . - , . - , ..., �,% - "­- - -� _ ' -.' '" ��'- - ..1 44;� . I- .. - �. -- -, '74� �74' -, ;":�--�-��-�- --�--' -- -� '.-':' . -1 � , ,. ,, ,�, . - ".�,- - --'%-zl'�- ,':,'.,� , ,z , , - -.- - , . . ,-P , � - I .F;z _­'� - : ... � � , .-­...._' . ". , , - - ���,' I iVZ�.­ , ..; ­,--:.' � -- - - ` - - �- uk, *�- � - . I - -.1::--1,-- - .in , _ - - L- - - - -W� -; .1 ---_ . . -� , . ,� ;. .: , - . _ _:L . �'�.,:� ;,,.,!-�' ,----T--�-:�`:�`��Z-�..,- " L ' -?,i ft?�-,,�', -;z .,L' , ,- ,k�'. � . 'R�F , , - ,� . , , .1 , , � � �� �� - ­ .. ,`"?I :,i�,`,� -WI;, .. '-s.. - `L " ,i�T , �'. .,� .- -6*I ;:-,'--�c-:,--,,1 ��,' :--.,.,:��-i � -,,--:;.�,11�*,,, 4".1;,� -:,. -,e,-�--" 7 . I - L _� . -, ,',-,4- ". ,-- .L...� , Q , - , . -�� ,��� - , - .: �, ,..L:., ,-" .� -.- ,.�D!"-�;,A ,�� . `-l�:-��k'� ,* ,- - - , . 1� . �ML. _ ' , - !��-�� -11 11 �f - A - -�'.- -', , �­,k�',... .., '; ,: L: :: - . . _ " -Z.-l-,�-'Il- --... --� ��, . , �e _ ' :,- - , , :�� . * _ ' '��'-:"'""' kt, ;&;� --�.- , - �it' ; I - ,�- � _ - .- �'� , -7�-- i--,, - ..�, . � I-- , '�-_-, 'L'a �.: , . L _`.� -11 ,-.L . ,,-- �,7��Il �� - -.-�. , - � �� _-. , -j�",z:e� , ,�,. - � __ -_, - _ - .. .- . - - ,i �,. 7 ��,,- * _ . .� I __._.. � __ _ � . ,- - -t- I -1�4 �1�" - .,�,.- , .? �� .� - .� - , �tq , - L -�,�*�, .�- -,--, -:�k� ..�- I -. " --f . . . - ,,�- 2z �'k .1 �..��, , F..-�!b,'�,-.,e��7,L.�: ". -�-��..'� --. - ..I � K 'i .- --�, --'�'�� ��-Z'r�;,�-4. � ,�. " .� 0 .:�L_�."".:. P ��-� - .1 O I t - L ,�� .��t7� , , � - ...- , - .,�.:;,�." - ;� -, - , - - * . � - - - - -.: L." ,,,_ ,,�� ,.;. ­ . z-��;z�l.- --:1-.�'4" - Qi7r 'Z�k-�,- ,�,,-;�� -_---�,- . ... - -,�" -�. Li I � . ­­-, -L 13�,'%--,--- , --* z,��,:,--". -- .-.,.' ' --'. -,ffl-'-- -t�F.7- L -. -"L��---"� . - . . , . . ,_ , " ,L - , , - ,- � . .r -�%- _... -11 z- 1., -,!'L.." -1 - -1 .. ?V' Vjl-&'�-'�-1 - vAl�-�,--Z---,Ir----�,'.--71.'t -�j��',��L.4-�� " ---- , " ", .,._ , � I- ,�-��,���---1, I it ,-:'Z;��.;w.&,;.S-- ;-, � ��. �. �. . �.. �:;A- -,- _..-.._�,P;.'--. -�.-- -� x ." .- , , .. -�-,;f I ��,,R,r-,-,-,��---i� I- i-;;I :";,� . � il--:�W;�%�-;��­ _�,_ -`.,.-.-� x�:- , .. - -.1t.Nllll.-.....-..-...:--ce - �� - .. � -1 '. , --�',i,--,.,-�,-,,.7& .--,-,',.-.j�.- - 1�1 I. � - - ' - g; -, -�I,,:tl, --�,% I..".11 --; '�',,----',�,�-�,.I,---�".L---;--.!:-�.��,.��f�- - � �. '�7 --L' - -T - A, 5. .�f . , 'I `��' I . _ -.�il� :7 r N . ,.z . - .�" - . �..... 1,� I .: , ] - - �4'1-----�6�--,4z ' .. :,I - " , - . � ...- I-ly-�' -y"i ; --�-.., -,-7�-L..%_ - - - -.1. ,33-, Q ;- �.. , " � -�*� �t�,;�- -.I� -1 , : � L", - .. - 7-7-------.L.;-U;� - ., .i �.; -, . !�� , -:, - '-_,. 7:.� ... � -�. --.. , , __.,;_..,.�Z _ _:_ - , I �-,�Z, ��-rl, - , �--", .,- � - L. 1. ��.W, ��"'­��:"'�.Z :�� , ,_ � -;�,Wll.; ".�.: -- ". -, * -' L'': -_-"-, ��.�L".7:�-"�-`1---'.',�'�'�:,-�`;:..:?�!.�,...:-.-f�'L: '�..,. -� ,V.4.6 o .-�� Nz�;.�:`--��-- , "..-:'Z�'4 f�'��-�--_!..L' - - -.1, X�'- ..,. I ��o,�44� ---. - I... .1 - ­- , -, , 1-��-_- ". LW. - -L . -: ' _ ' . .-I.I - � ___ .1 -.--.. -_­, �__ 4. __�Z _,_, .;.�, _ L, .��_ -t"__"",,'��L�_: _. - ,."-,.-L:-' - ­ '�,-�,". _j, -- - -- ,- . _�,,I.-- ._ , , __ _ _ .. -I 1 -F;;� Wl�,-."_ . i�_j _-QL-_ .�� i� _ .��. i�. . � , n� � 1 -'W,f�' �t-, ---- ;* -�1-4--- --�;- � - - - . � � -..1. , , . - - , .- .-. , - - -1 -. -��-_ , .il�!.i ,..� . , ,_ ��,L."%� ­ _,-F�;�5 �-i--F�,'. - C .. A. - . - ,.._ ._�. � _ .1.. ....... ,-�� , - ,, - � , _ _ ,-. � - '11�--`-�`:--"", , ---�----- --7,--,r,J, _ C � .L? -, � �� � � L I . ,.;- .,,.- ,,,� - I- �� � --, ..:.---.Z.-- 7i� - -I XA"�," - -I ..'-.- Z��f ��-"'.-'--"-�,-'- : ,:'L _ - :�; . .. .'L. . , --- - 1. � ,... -,;,4�;;7;,-)*Zt, ,.X�Z,*4�i��' -;�,;n,,�-- t., I , ,��,�-I; ,,��.', �­%' ��-.� :?� , I . �; - .. L �-�,�-: �.',-PK�� -Z - . ­': . '.. ' ' - . �. ,. - .4-- ... - - . L�. . I I � L 1. .-11 .. -,q; -Ii....- -... -11 - -s -- � ,� -, - �"---,--� ;, . ._ . -L.,,:-�. .. -,:.q..� -- I. , -:': - .,�c I. - 1.. - -.-_...,-- --f,�, .,7 . �C- -, � .. .. ,� ;:-,:��n" .::!-..�,�:.,-.f.,z- 1.�,,z .-.5'.,.;: --.--;,�------L.�.' � - . ka, - -:-�� -�� ---�--:�:!----.-����',.-�':,-:"'. , "- � .�, -- .. -�-I I -- � 1�1. . - � ,"'; -,,.".....-, - I I :":"� ,�,��:L ,�:4, I '.Im.. :..�l . . ­ ____',�' " . Z,".......,,, � , , . '.L.�� �.. .:7.'��,,-7 . .L ':� . . i--, 'L�,, - , " ''. .- '.- ___� - I . .::�5,., ... � . . . -: -;.�,i,'�!,-.,�'­ , -_ ,.� L" ", ,:�,, - �--r��' ,"', -� -, _,. . - - . , .. , L - __ . - �.� - ,"-.,- __ . __ . "-_ "��,__� , 7 -1 -t, . �7 L �.� " "��,.",; _.� '. ":�'.�­ , ., , _.� ",,�­ � -t-�---,�����`i,-.; � �,47i 7 .Z;', ." ."', , � , ,;, ".;q�.- . -. � . _ - �; X 4 ��, _ ..- "I , , , ..- I - . ; - , ' ,�_ - L, .. � . . _ , , - - ,,.- .i,� ,,,,_ - . I - -- - - - -� "E -I -1 .. . . , -- � �� - - -1 N ,,7:-. - - - , - ., ., . , - � I , � t, w-:;�. �� 1- --�- vl,!I , - -"..- ;L:!'-:' :'.:�- - -.. , .. --'- -1 - " � - -. - - " , , ..".,,�,- - . -��I .,,-.-;,,-;,� I �. -4. . .r - ---ir, � �- - ..U.-W _ - ". ,; ��': .-- .*�,-i�k -�,;!, -­- 1 .. - - ... 1 �-- . 4 , ..�-:,-, le I- : - , , , -,J:,1--,�1-7.:;4-,-�.;,; -;*-;,�:;.;-' -.-t-�,�:-----Z---`Y"�'I I : , & ',��`�':��'�i*"�!'��-L,'�-",L;",--, ' . , -; -.---- - . ---, --- --,,� �-..I'll .. A- --.-V17... , - , - - �Of4" ,,, ; -Q---�'-.2.7 -,,%-�5� --ile ��k� %...-�a2 7 - -- . .. , 7Vg�4"--i7 .'.' c� -,� n - - . .1, -- Z& -I'.,..-�U :j..� - :�,- -� -�� -- - � :�- - I . L '. _ - - -�---- ";- - : :� --�.� .. -���. : ---�- �-N�..��i-'� .L. q !i, ".. 7.,", ., -,,, ---.�-%; - - ,, ;',-��:;X, .'11 - 1�� . �, ,�., L -k I ,,;','.L;,:., .,_� -� .��,--. ,, �-` , ;..C - V - - "... L.��7 - .�� - � - . .- � � -,,,-1kl -t�' "...1;��,.,­."--.C -L. . � I - .�i�:-.-:":,�. . .. - .-, , - -- I' . .1 - . ,,7�,-,,,­,-, � -M�---.- L,_ �. I . .;� I 1, .,.L�I � .-.L.,", , .. -P--�.", �l Mi� - .41cg,---�j.. I � - o� "' .. -M, . �Izl 11�1 . ,� . ,I� -- - I -1 :�;-':3*,,-�,-`,-.�.�: �,,�,--� . . . "- ...L'-.- ..- - . ;�z--­­L.......­ -,-�i,�.�. ,,'!�, -!!..,,a 0� -'�Il - ,, - - . L r - � * -- - �- . L r . L r . L r . L r . L r . L r . L r - - . I. -11 .. - - - � -. � --, I - - . . . . . . -,o� "' _ - ,� - -;,��.. ._ ._ ._ ._ ._ ._ ­ "' _ - -1��1. , - -�4 , -- - - - �li -�W--!�I -I 1.,. , , , , , , ` � ,o� "L' , . , - -I�, . . . . . . . -.. I--'-, L -1� li -I�i Z, � , - - -- ...-,- " - - -- -6 .."-� I-1- - . �, F, _:� kll"� - I't-� - '��L- , - - �:�,.r-.'�,�,.- ,, .I L--... - . , � ,XITV!�-,�,�-,,,--.�4.:-,��-.`.--".;".��, i:.P,.-- I- , , - ,.� ,��, -1 �� . . � ,.'r - . . -, 1. . ��'..-� -P-2-,Z,-_ - I-IvO -, - - .;. .- , - - I . -.1 1, lil-j��W- "'. I�-�,�� ��i-, ., ,...-� -. 11.� . �,,-- I "M , - ..-- � r--L . .- � �� -, -" "' "1.LLE !�� . E,-,i .-�...r I, ,;t.&:- .� . ,--J]-��.--r I---- - . �;Ial-;.Z?I- -.I---1 , - - - - � i,. .. -,-:- ..- . .. - W ,. .� - - --'��.71;*�';- �� ".... 1, �,, .-, , -�;.-1-�,`�, . ,-;--�-!07 --,7: .,- � .. - - I--: =�n , - - , , .- 1 - ., .k, t-"r - ,;,�V-- . - - - ' ' t :,��t;..,...Z,�",:� . m%- �Z:: - � ;� - - - -,�--!�---- -: L L­ ,;�­�.7o��---;-��,* , -- ,,­� :. �,. - . - , - -­- .L �,'.., ,.,--. . ,!;Z,, L".7'.. r - '"'L - - ,-.. . . ,-..,7 .- � L . .. - ,::", ­- ­ --�%'�z _�W, �,.:!,;.-xl k7� , � , , . , ,, � f- _4;,�-, .�'. ,­.-�I. .17 : --: : - - ., ,. .1 .-ITM .., - a ,, . . - - 11 :` . --,�--�-;. -_-' -*�It; -.,.-;,. -. I �- . .-7.�.,"...:,': ,L.'-''t.,-�­l- - -", ,� . . al,�. , 1 Z. _, .4­�,-­'.�:"-��­ . , . , -,,-,_,,f.-., t� ,�.l, ", -7 ���'�'�',­7 '�-. - .--..- ;'L-: - - I . 1% I .. �'.;���'. � -L.: �� - - , - L"L.-�7�-�,�.-��- . --�� .. . ''%�--,�.-�"'��_'L?��:�'.-,!.;-�: --.N' _ _ , ---- -- , - �:,,- PW ,� ---,, *--�, :--- -, -:. --- ,�- ' ., _ . . - _ _ , ,;- - -. . ��;�-, �..*,, I . �Z_ .. , , - .. , --� -, _, -.z - , --,L�.�;.,-j*- '-�.!�.� , - - , ;g-g6 qg, 7" ,�,-.'.�,� I ,W . . �'",��.� - ;V- ,4 .'51 t, �g . , 1.1�-L.�'.'aa;" --�-"-L:- - � ,�,�1-"-'t--s;��..--.*4�,!..'-, _ .��r. . - � -- ,;-,--, --- , -�� -- ,z -�;----f- -, � . : t���-. , rM. �.. - ,-� , z _ ,- - ­ - -L - ­,;�.�-,��. ­- - - ;,..� , ­_ ,,: - :�.:.�' t`;',a �L, " iW r �- -� -1�- L ,,' - , � win , , . - , - . N , 2§ftl w ",, -- , - . ­L 1... � I ..-.-N-- --,,z , L%;�Z,5F_ , � 7��� ., . 4; � , -�,- - gu ..L 5 ­ , -, . -�,,,-��,7�'-.:-�W,z �i4��7 -, --�- _ � W.--j-�- , ... �11 �___ ..---.----Lz, -��t, --N-," - - - - �- ... . q�- � W, " ,. , , -��,--.T��--it��-;? -- , __ . _�._ i i , --� !,�. -;;,� -�' - - . . . , � , !, ...�,"�, - .-: .i-: - , 4 w - ,W- - , .,��,-;,�'.�,,,:;,- � -7', ,.: .�-, � � ; -_ .,-� % ,-a - -11, 7 L,q'. - . - ,-,7!� .-" --,� . - -�,-.�:7­ ,L:., .-.�W-` ,, T..;n� ,,.,�.W,a ---;-­­­-�� ,� . - , .,.- , _16,- i --- _� . � . -,,-1, 7,_. -�"-`-�-'�, --� -',t';- .. - .�"%�`.�' 1. 7,_. 7,_. 7,_.. 7,_.. 7,_. ..1:1,� _:. ,,, , ._ 4�.� ;i�� 15 P.-,-W�;, ......... . , .. - �, - ; 7.�, ' ' - ­ -"I -.1. , �w` - -%-,�,�" ,,i. - -111, ,,�'.. ,JIF�%,,`W'�4i-�-�';--A `-f- , , --y��.. ,-.-:,-!. _. -'-----­-­- ... ., I- . I! k�,%'"',' ."--L.­ �:,r-y��!,, * - -,,!�_ - - Z,`�5`-`�' �,�,-- I.-L I - - az ....*,, wi %-� Fi,,0,;. ,""'"_T"':L _: . , "; . --, � ,;_Tj�. �.;­_j_ - . ;­__�_­:L.­ - . wp, ;:,�'-�: . ,,---�--;,�je- ,�.-�Z'Z -� , ,-�'- ._ __�4, -. ., _ .'. --­ ­-. - -- , _ 1. -I 7�K, _. -, , k,7;1"11....."WE ..i --7 I.,...;;.i�.., -� -i'-l- '01 ---R­!��"-,-"- ,-f-M y ---W - ,­,i-",-�?�--- ,. � . .L._V' , . . :N�.'-- �2�- ,ll,iw- - . "� ..-,�--4...-, , . -7.1 t-1.-:� , _N it�Z I g,�.W---=..i-F,�, .*-'---,--7� , . . � ,-�, , -, � - . , ,b I----!�l 11 I .,;- � "';% � -v :� - --- �-.1 .� . ,. ,. ,. ,. ,. ,. ,. ,. ,. ,. ,. ,. ,. ,. ,. ,. "'­��'.��:�......T.---,:��F .--- ,. . - , -� " '�-", � � . . . :.� -I.� T -M. .11-� � � � � � � � � � � � � � �,��_. ,--- ­ .�r4�,�­­'_".. -1 ,:-,'L--�.�.- -'%�Ic�!�`J A-,�,�­--"!iK ��. ��jq­.'�,j�"�­-­''' � !�`% ::'�::-- t; � -- �:'.;�-..'.',,j.�-Z,. �-.- - � , �� --,- ,.-f-7 - ,,-,I- -��,:."!e .;, . -I. .1.�-1� .� .I - - I .�- .-- ,�* %:��,--* .ze. , �� ;" , , , - :-::'�: � - - I . - -, .1 - '��,-.,._� ".".._L � '-. --�',� �1 7 ­�-_ L�;- ­,__ - - -_ . . -1�-1 I I : ., ,,P�, --- -- - "'--��":,�` ,...�'.. ..-- -t'.,-;-,*,,�; I ---I I-- .t .I-- ,;'.. , � , - 4 4'...,1�-0,�-��-��.,.,":-.'�1'�'9�',�;�;."�k,7----�'.,j a7,,-;-.e7---�7'-�,�; .1 ,, - _.. �� _ . . -.-,..-- -��;�"- ' -­�j-,!-,' ... -, -t-*z;z-�-�, _ � _ ' ' . , , 1, : .. �-,Z-";l , -� T".-.-- -� ,�'�;, - . --, A -�: - I - -., -,,--.--�; 11,11, - -'4-, .­ - - --"�' - , i".�-- ;'� . _ -� L . ' -?.�.'_'." -- -� ,,,�,�4� ,��- ,`-.-� '. "F-I �..!%-�m z - -w��.,-�,. ,aj - L. -.- - .�::,*e'--' - -­� I' I- '� - ,,--- - .,:� ,'%"j.. L � ' - -� -.. ' :.". -....:--' " '� - - _,A..�.�­� 1:-7 ,,":�V'--':M': �� .�.--it'-J�I�-4., �1-, ; ..1j,A­j�­ �: �Z.. C."- .I -: -,,:. -.� _,:7 :.,�LL, �� I . � r �L ,q . . �F . . 11 I- . - -- �.VO "... ,.._,._ _L: .: .:�r_ - _,:'_ , -i. _ _� �,�," � ,' I - . - .L . _., �� . --1 " , 1; - a -1 ,- .111.p .., _ .1 . . .. . � � . '.�-�­:.-".,�� - - - ---.- ' -* " - "''* ,.3 W-�" -�,,'�3, 'I.---1 ,I . - . .. � .�..4----;_ �T� -.%-, --�"� .. -_ , ,. .- - L. .- -. - - 41-1. �-'--�-`Z __t,'_�' -;��,"c ',--.:�.7.:.-':'.-:�t--,,,-�... ,--,�------ -1� --� , .. . ... I.Q., �,_:--'�"-. `.�� . . . I , -. ..� - ; ,�4-4��'L".,''. 1, �.. "�-- �­­­ - .__7 �, �� . �;..: , �- : " .ill, -L., -. ;,�� � - , L - , . , - .I� __. Z � _L.'M ­ .::, -.� -. . .. - I. '- - - -- _ _ , . . , - . -LIF -z 7" -,��, - - - ..- .- �l . �--- � il--,.� -2-4 :,� .. . ... .. , L., -a.�- . -L. -� _".;` -,' . �­-. -�-. ' :.. , :- " ;.,1., �x -. --:,�,�,1,4�,z,��,n�,i�� -�-*,7,�7,;41��.,,'-- �7, ';- X" , : . .7, . `-�!; , , �. - -.....�..I. ik I -: - 7'. . . . .. 6i � I, .7��. - :1.-.111. Z:, - -"��, 1��rE_,:, ,.,;� -7,.;� '.-"'�­..,Lj!L"-�'Z .*-_L -" ' - 'L: '�. L*,.'_��-_ -�..*.'�, %.�� ' L . ��, --­ PWI .Z�,,� ,;.��': . ,L,. � .��. - -- �:�-... L ��' .l..-� ... J�,F, __�......��r_ L - I--l"I.-"-'­;,:-�'.*, _�l !,�.CL_,�*.L,_,�­.j�.,,�_-, . L ...... ., ,. -,, �T. .-, r-_ _.�Z � � _ ", �;- - ­ . .� I . rL -. -A. - - , . 7� ," . �, - �I-. ,, - ��,.,� -.-�e.-!-;,4,-�;�.��'.'�,A,��4: _L L.'I �,_ , -"". ".L -�---, '4�,-.,. ' I -.. �: _i'L ..L �.,,-,,,,.1-- .-,.-:..... . ,.,--v. i*-L ... L . �. 11 . . _.�._ _ �..:.I �.�1, . --., �t r .� . I I -- - ­ - :�. L . . .- . .: ; .. . . � � �� -,;'.--ay :;-- 7�, - --,11-��.1 --'�-ft L -_'',--,.- L. .: .. . .,�;� . , - _ _ - .. �,-- .._ .���_�_!-V'-.�-."��.'r�`-,' ;;4'�_rt��!��"-f :-'"-L-: , � .. . .� . - , -;-�:*. -.*- I t%� . - . -;" ­ ­.'.,�', _ I , , 'L ,:. . -j= - k,�� .1. ..I .'L-''..�f-.- '� ,4- -�'.:,�,,:-.1 "- .- '� I� � - ,..Z�_ __ .: _ _., i�... .__, . . - - L' . 7 - .: :. : .-",� --, -, L - '7'f,�,j '-­� '--, -- - - .. -L.. ., - !��-.��':�:��,�`---,�.,';., - - :i �_��,,f.�._--,- -'.',.'_"t,*R��-, --,��,�� .­_. ... ..-'"� . -- '� L - . L - - � .. - '-' -" _ .= . _, -� - I. . , * - ,- . . .. .. �F -I. � , �P - . - �I.,:,� -� .-.��S�,:. , �, ..- .. �,.--1, - ' L --:�',;�' ; _. � �� �, �', -e� -�,-,!&-2�,*�,l�-,-.-�,�":"".,;--..,�,,� . �- .� -i.-.IV- ---�- -, ; � . I - .. , ;,,4,� ------w��,4 ,%"...t',�-'.4'��,-,-','-�'-- '. ­. --I-,.-,,...--��', .:- . _�. _-_ - :,�,.. -.. .1 . .. . " m �.'­ 't�r-j;".��,�""� --j-;C.;-� .,. y;;�- ,a.��.,-- , . ..�;.-.,'".. ...-:.:� �L . . .1 .- ­ .. : - ..�!-. - - --.-z _- .L",;, - I ,1.,--, - .�,- . �. _-_ .,,::: -­;',' �",.'L,:, ', "L - . - -- -"" -, L ­.... ­ ��', , , -� ---, -4. ,I,&- . , ,.z , W, .- �V.,��,;' ��--,---.-7�� - �_ _ _ _ . 'L'!�� __,.� -e-.,L ,-;.-I-,----� _ ,- "��,�: �:�......:,-��. '��,�.,,�-�-�-,- �, _.C. - - - '- - ' A- ,�', . : . I ' `�--Z� �� . �T_;�` - -,�� -'i�.. ­.11,I 14'� ­,�,.",-.�_-.-.-' , , , - .. "�`�"!�':.'�r---` ak�"!V��'�t-,t�'�� -�--.- , . - ;,. -,7�,� --- -- I . . i -41 . � '!- , T , . :'.. -: 7:-'l,' - .. - L::." __" - " �� ,:jb,;� -��:�,"�,t_'j,��:-.:. ,Z�­.�:_,*-�".'.' .�-_�L", �, _ -- �,�!,�.. . 1 . : -". - ,. , ,lm: ;,,.j�-­-,- L�' � - .rl.1.-- _ . I ,� I .. .. �-� ­�--�.-- '-­--� �r�-`-;--�.-_-7�� �:F���"� ,'- L" - . .....I . i .,'.�. , __ ..,� _� ��L .I Ll� - .I: -�� � - * , , � '--.'j%:"7,�,`.�-­t.'�- , -e.,::L' - _,� ui: ,-,t:b - kj�*=-%;,�19--�g -'­-�'��-�-"�"'­-Z - -.M."- .Z,.. - I I - -.-� I..".*.1 IZ,n�����,:eL�,�:m,� _, ���.�1�"!_, L� �, . . .;_.�'- ----f�,A '-:,7�"'��'!� .. �,`!.,_� , _:- .: .,-NII-14 1-1 .,,., �_ -,- i.---,5�;--� -?e,�::---7�� "",7 .1. - -- - "�; , . . -- . ,i", .-_.__'�_,L_ . _­ -L � -4� �" I _j'-.-�'... -, 1� I - .�,�-�,--.,,`..� ,..L- ' -a L�4 --,�- - '-- -'" t, -, 1..�� I-I-F-,.,.'I,-I ,..,.': -.- ---,Z;i. .:I , -"- ';�1, ,, _-4-7,:,:.�- .', 'Uj" L' -6 , ­* -�' -,��:;t,m�:I,-,�,�g'L ';�.","�.�-4C�,'�- �.Il. -'. . _ , __. ; . _4 L'';:' Z --, , V- .� , - ', ,­L� ' ,.I ,)�. � �- '_�,�--_ V�,:� -45P -� .k, 7 , ... .?,� --�6,-- 4n, 0,. �j �. .. , . ; ' ' �;,- -, -­ , . - r,&�,I -,-3,�- -�.', -:-�-1. � �t - . - - . : I. ��._-__.,', - ".,�- .- ---.:,-.-.;- --;, ,L ."",'.L . . - , "_ .j:�''L�'� - ?�L;`0-- 4el�, "i 2, 'k"�­ -.-: I:_ _ .� :ft'.,. -7;F7�m--.. � - �l t'�jr I � --OX4. . �, *L L ,. , � _ . . � ,. .,.:'"L � .��";'L�`�..; 'L",-��".-.,.�,"-",;';:� _,�.":. 11 , , ­��.;.�:.-".'� - � - - _��.*­.,;L":L�""' '� , ". ,-,L *- -: s:'I'IT! � L :�,- '- ,., - . r -��-, �.--.1 - ,, .,-- ,j_!i__ ,�.­ �j' �'%*-,---�"�` - 44'.-�,.w, -�. -,"-�*,..-�,-.:'---w�-, .�-, - *�' -'��'L--;i--- :..i _­-.. , -� - I -" --L', .. _.�,�, `Zl� � - �. ��----- ,,��--'� -�L4 �.�::�- ,, 4. . " -t-- ;�',',-.;,�, if-'���zvf -�,� - L � �.I'U-I i���:�.'..-�'.-�,,. ':'L �-j � '-:I-; �-�!,�,�.-�"'-.'�t;�,--, -� - .: I, -I i Ke�,�� , � - �- . .. , 4--* , _ , , � ,. - . � . . , . ',:�� ., I ;�--......;�-4-��,41��.,mx-,,,�,�,'- .., .� ,-Z ,,j-.�'�-- 4��- . -'-:..-� ,, .-*-*�, :-I :�,, - * ,�' .�,-i � - . � I- I.1 .. . - .., ;,:'L::�.,',��-,---.. . _ - . . �, . I - . ... - ,: - -,-�---z-,.-:-.-',-,-�.-,,�,-�,,'.�,.�-,.-,,.,!-�,-.-'.-1-,�., � ',.,��.--­-' - -- . ,`.-��',��..--,%,L,'�;,'� I . . 4:�,��.- -_ _.­-. -" .- ,`� - .-- -1-11. . - I L,� , . - -- I.1 ,�-z -��., -�--:- - " .. L L . _ -� � " 'Z'--.-, �, -­­.". --,_��..,".;,"' �� A , , -'A -'�, --,.,� `�� - . - -,-;z ..�-- - -,-.: -� ." - 'L -,--�-,- ..��;�.- -.:,:�,,*:� - a�7#r . --.*- .I-.; ... �.. -;,,.:,�:� ,. -�, .', --�---5� ;v --;�,�r,-!,�Q,,� ;,&, , -� ",�-. .�:,� --, -.1 i; -,n� - ;,,e -.� . --k, -.a.- , ,;� ..- . t �-� � - -1 -- -, - �,t��,,,. ; - ;�'��" - , -AaL ...;-.1 �,-_,�.'..; . . ..- ;;.4 --.�r*,�",. -.-,�'r-;N,��;�-`:F, --.-- . '.v SO ��,4,-'�31,�,,I;;N?:, �l --- .. -�"-.,-. -.-, �;,�--:;-;�,�,.-.:. . � -:-_.;�,-.-,. -r .1 ..--. 1, --.,", � --l-,-��4A� i.f� . , , ,� .,,. a ..-., . .-..., L 4 ,�?`- -��!,: !, ,� .1�,� , I .�.� - ---191..,�--'%-.�. � 'i'�,. .. , !.,'�,,;;�-��.,:,!':-, - -�,�� �.' �� - i:� ��--4'�.�-1 11,;:;�' -,�- ', ,,. . - � - , :,.L. ; . --�" W, `-, .-..�'-'*---.1�:�;60 ., .I .- " - ,:: Z I .-...,'. *, : ,�t,-7�---i, -., -- - , -- -, - - `-� I;.��-, :-... "', .Z--� ii�,!-, -,�h i,� ,,. - . ,� 4,, -.� ,---7:,�-t, ,-,;*.:" ,; .--.-'7!!j,--�,i��:, A� 711� . , e , I - , �,-�:... -I -. ". , J� .�,r, ?4-,� ",�,.-,�1---::.. . , -t 1��.�.-�.��,,-...- --l",.. - ,�.1. -R--�-*f"`." " Z�F��-'!-'.m"! ---�� .��0,-� , .,. ,-�,��--. .;,:.-. -, 2-� . , -��e '6-, iill L -�;, , "P�*--�';: -,e.e t-,L ..1�2... - Tt - .��---1;�Z.�'l: ,-- I : ; .�-.-..'�.1. ., . �.., � '. -1 .. - ; - . .�..-I," ,,- Z:�; ,, -- .. - - - ' " r, . , -� ,4 -, ' 11 ��,; - ...;� .1.C'L;,��- "­�---''-�'�- . '.-,,.-. , , 11 .�: : . , .�.1. - ..... � . .I -.�.1,I. - - � - :.,�,,-. ---��,- ...I,�. �,- , - .b L"._ .�.1,I. , �.��"4.4a, ,".P. , ��'�:�:' ---';--'';L': �- -, ., �".0,Tit-.-:i;_,-�, �:i-�I��,-., , ':% �,_wl- - :� : - - �.� L ., . �-.' --L: .. � :: , .. -' '­:" -L':a '�.-� -. 4 ,- : 'L;� � .1 I ,-- ,- -�� -"V, MR, I.,p �, ,� _ . , , . '. 7L '--- '; . � , . . , . . ... , .... . . - , 1g. -- �_". :_ .'.. ., !. -� ,�" - � �4,i L *,-, , . �:.��,.-:-_�;�,...ttt- - : ..." � ,", ���-e>�r",I;k,�,��.-,.--.-'-",I:�'L.17f�'�;���n:�A��:"._'.'-"�t,':.-$;�f""���-n.--�.-`­­"' -� ' - 1. �- . .. I ,. ,�- t ;�- -, -I- ,. ,. ,. ,. : ..�,�,.-, - o -------- ,�. r, . .-� .. ., , . , .. L I�. -W.� L .- I., .. - � - -'­'�:'f'­"': -I'.,"-.'z,,-,_,,.,._ " ­ .. . - L - -,�R , I �. . �. , .4. - L " !�� ,--. - - . . , . - . ., '' . -754-e'.. -. - � . , ��i�rl�` t F ,*,..",�"- -i- : , ,-: ,C14 . -:�.:z,-.. L - - - � --- �------ � - ..., :1., 1. . ..._: .. . � 7 , . �r L..,k�&�,L...... . I '. .I .. L . , r a , . . L . � . � : .,. , __ '!��`,,`- `�- `" z"" Y,L : '. .'--- '..- �: -;�- �- . , ..... -�;:� . .-�.,.:,I -., -"'"' -,-- . - .111, - -i- --,�-*-. - �', -�",k­',L .;,:. -§" _ , . .. -- , -- ; . ..... ,- _ ,. .*. ,` I � e I .--- - --� -'�- ' - - I � .Ln"', _­�:.-�'..-. �',-L_4;,�,2.�.-,�,'_" - .� � , * � - -, ti��, ti�,�, - .� �;.-..--- � .. � ZZ, 11 - - ��" ��;` � . - .:� ,74,;I�� -,��;- -.i I-, �..I M. - - I - ;.��,---,, �-�;, .. _� - ,- I-- I-�11 *, , -��w ` - �, , � . L � .. -:: � - . :L - .1 �'­.-ly -,lil!I�r--. .%Ll .. -� - ' L '-' ' - f` .;��-:- ".,�I,-1 �, ,Lf� _ I - - ': ' .. L� - L: � �. . . I. -.7. .: . . : : ,-, , - L * -. 1. . . . . . .f:, .: �� ,� :� :.,,. ,�,L.�!: �,-�';,��-;� "I . 'L . . . . . ,�: q , I _.I , . - I . . . .. .. - .. .1 . - ,; I . la _j- I .., I , Z&- - - - - - - - - -lx- �-1. -* Q- . 1, - . � I I . - I I iv -.Mqlt zi- 1�L a _ ; -.1 . A Ili " .. I ����-�.� .�,-- - �- -, `*`��-�-----.7..,,-.. ,-.�.7 -.. .I,.-- __'.,'.' . .. . . , , _ , . Irr . . .... ... .... ... . . ... .. .. .. .. � .. . - : ,`�--z--�---�`-��t�-_,,;-, , �j�. . . . . �.:�1: _ - " t-----� -- --!! - -----�,---,--- -,� - , .. . - . I -1,4 -`---��----- -----.-',-� �� �- --.--, - L - , -, , - I ;..". - �� -'r..- _,;.,.- . . . � . -. � . . ; ". - , . . . . � . . .. .:.1 ::;-!, ��:-?.. ;, . . I,� - L_,- �""1.� . I . . ., . . �.: �.. :..*. .. . 1, .. . . . I. � �--,!�.� �"-�`��'--`.`­" ''L .1... . . . � - . . 4 -1 .. . . � . . ... i . t - . - . I I . .-. . 1. - ,_ , , � , -�4-1: . . . � . . - . - � I ,, - 1. . . . . . , :; ,_., ., ' ' _- - ,- L , � . . 1. . . - ; � ::- ...- .. . . ..- __ : _ i, . , _ L ,.� -:f., - ., I I. :L. . ', : I - I : __.�_._ _� ,., I�, � - -* . I - . I . � I . . - '�. , !L _, .., _ _ ,_ : . - � . - . . �. . . . I , - L � ' _ �!, ., �,." - I. . . - 'L - . I - , . - � . . . � . , _ . _ _, .. �..� ,� I - . ; . . _, . . ... -.1 . - . I - - � . . . I- , -- .. , . , , . . . . - . � . . . . ;,. . .. - .1 . : , . : �--.�-, :�.�--,I - --�, ' . 1. .-I., - ., . . � - -::. .. . - . . ... .. . . . � - . - . .. . . . . . . � .. ::,: .. ;�­''� .e .r. .,��..-. ..,1:L: � .�`t��� :e.. I . .. . � . . - �...L,�-1. .. I-4�i - I ��' ��.:­ L . .. . .� . I .L .1 .. .. . . .. I , I - , , I",'.. I . 7 . .. . 0 A . - � e.�4., � , L_ - - I .;��.� - ,. - ... - ' ­- - ' . .I-- - . '� . ... _ . . - 1.---, �..;�Z..., -, �1. - - ;' -' - . I , " ,v� - ,��T,-:-z;�,.....-.-,.�.4;�;�:;,��l-."I.i��5 , - , , -It'" - *,� ',-�,.: . .. �-� �, - , � -,�,1.�--... L ':1: .. �� , A -..,- A-:.1 .1 J.m. ,,, ..-��-.�.L :�� _ . ­ -j� :�-'.��L , �:l ,..-.: -�- . .. ;, ', -­­�� -., ,� al .- .L�,:-- - . ,.. -'r - j, I .- I..:.:- '- � - �. . . I ; . � , . . .. _ -_":1��- - §, ..' �5'� .,-."- . -� I - --�-z :. - . � ,1. . , .. . I--7 �g�4�1:--, - ,- 'L . -. .�,� I�..,.. . -�Z:-,',t, I , 1.. .: , . , . .- - '.rv� -: �!: .. � - .. ;�. . . ��:A __ �r�- � &��- -`-.A� -m� ; : -,f, - � ll-� . � :-, . _. .� - , - I - . �" N'T ,�.,-;�N-,.. Ll - ,� ,;,, - . .-:M-: .-!---.-, -..,,-�,��%�.-�,�'--.7------.......,-.". .-- -7-1 7�:-:�� ---:� R,-,�I- -, :,,'17,;----,.o:7-l:-.:,--. �.. - .,.. �-.---`7. .- . .... , .- . - --;_ - -, . - ---I . - .. . .� , ,�-. -"�-- � 'Wl --"-, -.�%I-�- 71- ::",� ��- 7, ,�, - . �., . -w I �'.:, --:1 ,-1.1: : ."- .t­ �-�� .-. . .- ,f, initial f 2.15 CONTRACTOR'S LEGAL AND COMPLIANCE HISTORY Contractor's legal and compliance history is a critical component of this Request For Proposals. Read this section with care and respond accordingly. Failure of the Contractor to provide all the information requested and to certify the report, will result in the Contractor's submittal being declared non-responsive. Contractor shall attach a written report of legal action brought against Contractor, Contractor's officers, Contractor's employees, AND Contractor's proposed subcontractors relating to the protection of the environment. The terms "legal action" and "relating to the protection of the environment" are defined below. The report shall include all legal action brought within five (5) years of the closing date of this Request for Proposals. The report shall detail the substance, status, and outcome of such legal action. This includes without limitation the names of the agency and/or persons bringing the action, all relevant dates, and all fines, judgments, and/or settlements. Include the following information for each case at a minimum: • Style of Case(X vs. Y) • Settlement Information (as appropriate) • Cause Number • Names/Addresses of all parties named • Court Counsel List and phone numbers • Date of Disposition • Judgment and Order of Judgment "LEGAL ACTION" means: ANY enforcement action by the United States Environmental Protection Agency, the Occupational Safety and Health Administration, any other federal agency, the Texas Commission on Environmental Quality (including its predecessor agency the Texas Natural Resource Conservation Commission), the Texas Department of State Health Services (including its predecessor agency the Texas Department of Health), and any other state agency, commission or department, whether in Texas or elsewhere, when such enforcement action is a result of violations, real or alleged, of any laws, licenses, permits, judicial orders, or administrative orders, relating to the protection of the environment. In this context, enforcement action shall include without limitation, written warnings, notices of violation, consent orders or agreements, compliance orders, administrative hearings, civil litigation and criminal prosecution. Legal action also means any civil litigation brought by any person relating to the protection of the environment. "RELATING TO THE PROTECTION OF THE ENVIRONMENT" means: requirements pertaining to the manufacture, processing, distribution, use, handling, storage, transportation, reporting, records keeping, permitting, licensing, treatment, disposal, emission, discharge, spill, release, or threatened release of hazardous materials, hazardous substances, hazardous wastes, toxic substances, petroleum, industrial waste, solid waste, pollutants or contaminants into or onto the air, surface water, drinking water, groundwater, storm water, publicly owned treatment works, or land. THE REPORT SHALL BE SIGNED AND CERTIFIED by an authorized representative of the Contractor, using the form on the following page. The top portion of the form is to be completed if a report of legal action is attached. The bottom portion of the form is to be completed if Contractor has no legal action to report. Make certain that the appropriate portion of the form is filled out and signed. 2-25 initial�1 AN AUTHORIZED REPRESENTATIVE OF THE CONTRACTOR shall mean: (1) if the Contractor is a corporation: the president, secretary, or treasurer, or a vice president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation; (2) if the Contractor is a partnership, a general partner; and (3) if the Contractor is a sole proprietorship, the sole proprietor. INCLUDE A COPY OF THE REPORT OF LEGAL ACTION FOLLOWING THE CERTIFICATION PAGE AND BOUND WITHIN THE PROPOSAL 2-26 initial Certification of Contractor's Legal and Compliance History Complete ONE of the Following Certifications: Certification of Legal Action Report I certify under penalty of law that the attached Legal Action Report detailing Contractor's, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors legal and compliance history relating to the protection of the environment was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CONTRACTOR: (Company Name) BY: (signature) (print or type name of signatory) (title) (date) Certification of NO Legal Action I certify under penalty of law that the legal and compliance history of Contractor, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I hereby certify that no legal action relating to the protection of the environment was brought against Contractor, Contractor's officers, Contractor's employees, or Contractor's proposed subcontractors within the preceding five years. To the best of my knowledge and belief, this statement is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. /n� � CONTRACTOR: 14K.� Wn e,-6rs e— Company Name) APIA 41, (signature) (print or type name of signatory) &rabm lAmAr S I l Z1 o(0 (ti le) V (date) 2 -.21 Jar initial 2.16 ADDITIONAL DOCUMENTS UPON AWARD OF CONTRACT If we are a successful Contractor to this bid, we agree to submit the following documentation, as applicable for our portion of the contract, to the City of Fort Worth upon award of the contract: Health and Safety Plan —/Lock-Out/Tag-Out Plan Procedures ✓9 Respirator Program Hazard Communication Program CONTRACTOR: 1 +11OL40 S DW-. BY: 1`M 1 U A6`AA, ompany Name (print or type name of signatory) I �� ner Address (Signature) l�al�as ;T ( -75"7,1-1 f�l City, State,Zip Title(print or type) PLEASE DO NOT ATTACH COPIES OF THESE DOCUMENTS TO YOUR BID 2-28 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Performance Bond SU 102 4652B KNOW ALL MEN BY THESE PRESENTS: that PONCE CONTRACTORS INC (Here insert full name and address or legal title of Contractor) 1521 AMITY LANE DALLAS, TX 75217 as Principal, hereinafter called Contractor, and, ARCH INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 3 Parkway, Suite 1500, Philadelphia,PA 19102 as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FORT WORTH (Here insert full name and address or legal title of Owner) 1000 THROCKMORTON STREET FORT WORTH, TX 76102 as Obligee, hereinafter called Owner, in the amount Of THIRTY SIX THOUSAND THREE HUNDRED AND v TWENTY FOUR AND 25/100********************* Dollars ($ 36,324.25 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, R successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated 19 , entered into a contract with Owner for ASBESTOS ABATEMENT HARLEY SERVICE CENTER in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • i;IA FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,17.15 N.Y.AVE., N.W.,WASHINGTON,D. C. 20006 1 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or defaults under the contract or contracts of completion extension of time made by the Owner. arranged under this paragraph) sufficient funds to pay the Whenever Contractor shall be, and declared by Owner cost of completion less the balance of the contract price; to be in default under the Contract, the Owner having but not exceeding, including other costs and damages performed Owner's obligations thereunder, the Surety for which the Surety may be liable hereunder, the amount may promptly remedy the default, or shall promptly set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall 1) Complete the Contract in accordance with its terms mean the total amount payable by Owner to Contractor and conditions, or under the Contract and any amendments thereto, less 2) Obtain a bid or bids for completing the Contract in the amount properly paid by Owner to Contractor. accordance with Its terms and conditions, and upon de- Any suit under this bond must be instituted before termination by Surety of the lowest responsible bidder, the expiration of two (2) years from the date on which or, if the Owner elects, upon determination by the final payment under the Contract falls due. Owner and the Surety jointly of the lowest responsible No right of action shall accrue on this bond to or for bidder, arrange for a contract between such bidder and the use of any person or corporation other than the Owner, and make available as Work progresses (even Owner named herein'or the heirs, executors, adminis- though there should be a default or a succession of trators or successors of the Owner. Signed and sealed this 20TH day of JUNE 19200f ENVIRONMENTAL ABATEMENT SERVICES INC (Principal) (Seal) T (Witness) (Title) ARCH INSURANCE CON TAN Sure(y) Ise 1) r ( eSti) E M. BARB (T'tl`') ATTORNEY-IN-FACT AIA DOCUMENT A311 PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA 0 FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON, D. C. 20006 2 i CONTRACT EW Y&b70_,/ x C ONTRA.CT Between CITY OF`FORT 'FORTH . and PONCE CONTRACTORS, . INC. I Asbestos Abatement for Structures Located at A - Former Marley Service Center r 3409 Harley Avenue Fort Worti$h Texas r Environmental Management Bepartment. . June2006 Y 06-27-06 P02:24 IN DATE(MMIDDIYY) .. CERTIFICATE OF LIABILITY' INSURANCE 0611 woos PRODUCER Serial# 100213 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE WYATT AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 130011TH STREET ALTER THE COVERAGE AFFORDED BY THE POLICIES 13ELOW- SUITE 305-E HUNTSVILLE,TX 77340 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: ARCH SPECIALTY INS.CO. PONCE CONTRACTORS, INC. INSURER B: REPUBLIC-VANGUARD INS,CO. 1521 AMITY LANE INSURER c: TEXAS MUTUAL INS.CO. DALLAS,TX 75217 INSURER d: INSURER E: COVeRAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY (3E IOSUEO OR MAY P91kTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, FC ppy��(p�1 LTR NSR13 TYPE OF INSURANCE POLICY NUMBER DATE M DATE IIIWDADlYyl_ LMrm � GENERAL LIAauTY EACH OCCURRENCE S 2,000,000 A X COMMERCIAL GENERAL LIARIUTY 12 EMP 43592 01 5114106 5114107 SES SEs Ewe O ren b 50,000 CLAIMS MADE FXJ OCCUR MED EXP{Any One pemn) b 5,000 X ASBESTOS LIABILITY PERSONAL&ADV INJURY i 2,000,000 X POLLUTION LIABILITY GENERAL AGGREGATE $ 2,000,000 OEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGO S 2,000,000 X POLICY P LOC AUTOMOBILE LLAINUTY HN000615-1 5114106 5114107 COMBINED SINGLE LIMIT 00 13 ANYAtrcO (Famoddent) S 1,000,000 ALL OWNED AUTOS BODILY INJURY : SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY b X AON,OWNEDAUTOS (Pofamment) � OPEBTY.pAMAGE $ OARAOE UAUL" AUTO ONLY-EA ACCIDENT S AMY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG $ EXCESMMBRELLA LIABILITY EACH OCCURRENCE b OCCUR FiCLAIMS MADE AGGREGATE f b DEDUCTIBLE L RETENTION b b WORKm-s COMPENSATION AND 0001146959 6113106 6113107 X 1 Y LIMIMTS ER EMPLOYERS'UA 3lLh'Y ANY PROPRIETOR/PARTNERIEXP-CUTIVE EL EACH ACCIOENT i 1,000,000 OFFICER/MEMBER EXCLUMD7 EL DISEASE-EA EFIPLOYEE b 1,000,000 it S ECa.CIAL PROV under below EL DISEASE-POLICY LIMIT Is 1,000,000 OTHER DESCRIPTION OF OPERATIoNWLOCAYIONSh FRICI WEX LUSIONS ADDED BY ENDORSEMENTISPECIAL SOW IONS FORMER HARLEY SERVICE CENTER-ASBESTOS REMOVAL 3409 HARLEY AVE. FT.WORTH,TX 76100 CERTIFICATE HOLDER IS AN ADDITIONAL INSURED ON GENERAL LIABILITY AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE TH6REQF,THE 1"UING INSURER WILL ENDEAVOR -O nu1L 30 BAYS WRITTEN CITY FORT WORTH NOTICE TO THE CERTIFICATE HOLDER NAMED TO FT,BUT FAILURE TO 00 SO SHALL ATTN: ROGER GRANTHAM IMPOSE NO OBLIGATION OR LIABILITY OF ANY D UPON THE INSURER,ITS AGENTS OR 1000 THROCKMORTON ST. REP A s. FT.WORTH,TX 75102 AUT14 TA ACORD 25(2001108) V ACORD CORPORATION 1988 TO/T0 39Vcl AON39V iiVAM LTZTTGZ9E6 TC:ET 900Z/6T/90 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/13/2006 - Ordinance No. 16983-06-2006 DATE: Tuesday, June 13, 2006 LOG NAME: 52HARLEY REFERENCE NO.: **C-21506 SUBJECT: Authorize Execution of Contract with Ponce Contractors, Inc., for Asbestos Abatement of Harley Service Center Structures and Adoption of Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to execute a contract with Ponce Contractors, Inc., for asbestos abatement services of Harley Service Center structures in the amount of$36,324.25; 2. Approve the transfer of $36,324.25 in undesignated funds in the Environmental Management Operating Fund to the Environmental Management Project Fund; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Environmental Management Project Fund by $36,324.25. DISCUSSION: The Harley Street compound has eight structures with asbestos containing materials (ACM) which require abatement prior to demolition. The Department of Environmental Management is contracting for removal of the ACM in these structures. A Request for Bid was advertised on April 13, 2006. Bids for the asbestos abatement were submitted by seven licensed contractors on May 18, 2006. Ponce Contractors $36,324.25 Intercon Environmental $36,900.00 Air Safe $38,915.00 HP Envirovision $45,396.00 Certified LVI $49,995.00 Eagle Construction and Environmental $55,200.00 ARC Abatement $57,329.00 Based on the low bid of $36,324.25, City staff recommends award of the contract to Ponce Contractors, Inc. Ponce Contractors, Inc., is in compliance with the City's M/WBE Ordinance by committing to 10% MM/BE participation. The City's goal on this project is 10%. Work on the project is expected to begin on June 14, 2006. Logname: 55SPINKS RAMP Page 1 of 2 The Harley Service Center is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current operating budget, as appropriated, in the Environmental Management Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers R101 539410 052200608000 $36,324.25 R103 538070 0521100 $36,324.25 R101 472103 052200608000 $36,324.25 Submitted for City Manager's Office by: Libby Watson (6199) Originating Department Head: Brian Boerner (6647) Additional Information Contact: Michael Gange (6569) Logname: 55SPINKS RAMP Page 2 of 2