Loading...
HomeMy WebLinkAboutContract 32512.. no no sm CITY SECRETARY��jC9- 1NIS CONTRACT NO. COPrF0l col?=42 SPECIFICATION ClM-8 AONDING CO, cw SECKEW AND Cry MANACHR's OMM CONTRACT DOCUMENTS E ilvERINC Dw. VOW- FILE COPY FOR ALLEY CLEARING/GRADING PILOT PROGRAM CITY OF FORT WORTH, TEXAS TPW PROJECT NO. GGO1-0202002 MIRE MONCRIEF MAYOR 2005 CHARLES BOSWELL CITY MANAGER ROBERT D. GOODE, P.E., DIRECTOR .. DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKD DEPARTMENT INFRASTRUCTURE EXHIBIT "A" sm sm OHM WORD CRY lic"TAQY { r City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/13/2005 an DATE: Tuesday, September 13, 2005 LOG NAME: 20ALLEY/CLEAR REFERENCE NO.: **C-20986 an SUBJECT: Authorize Execution of Contract with MPG General Contractor for Alley Clearing/Grading Pilot Program at Various Locations ow RECOMMENDATION: no It is recommended that the City Council authorize the City Manager to execute a contract with MPG General Contractor in the amount of $211,000.00 for 180 working days for Alley Clearing/Grading Pilot Program at various locations. W DISCUSSION: No The Fiscal Year 2004-2005 General Fund Budget included $75,000 to clear 50 alleys per year and $170,000 to abandon 10 alleys per year. TPW staff has worked with the Police, Code and PACS to develop a multi -year program which focuses on crime reduction and other Code related issues. City staff .o has been working with several neighbors to abandon numerous alleys, but so far they have not been able to implement any abandonment. Since the City does not have any alleys approved for abandonment, the City staff has developed bid proposals and received bids that would enable the City to use all available .o funds to clear as many alleys as funds allow. Therefore, due to the favorable bids, City staff recommends awarding the contract to the lowest, responsive bid for all four units (total of 225 alleys). The Parks and Community Service Department (PACS) will be responsible for the follow up maintenance of these alleys. The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25% of the original contract award. This project was advertised for bid in the Commercial Recorder on July 21 and 28, 2005. On August 25, 2005, the following bids were received: .. BIDDERS UNIT I UNIT 11 UNIT III UNIT IV TOTAL MPG General Contractor $73,114.00 $45,939.50 $46,537.10 $45,409.40 $211,000.00 Cole Construction, Inc. $74,415.00 $49,787.50 $49,787.50 $49,773.00 $223,763.00 Lyness Construction, LP $91,225.00 $60,977.50 $60,977.50 $60,961.00 $274,141.00 Quality Excavation, Ltd $131,670.00 $88,580.00 $88,580.00 $88,516.00 $397,346.00 Ed A. Wilson, Inc. $165,050.00 $115,610.00 $115,610.00 $115,574.00 $511,844.00 MPG General Contractor is in compliance with the City's M/WBE Ordinance by 149 E �i EYAIY Fg, WWlkfl, 0. an participation. The City's goal on this project is 11 %. This project is located in COUNCIL DISTRICTS 2, 5, 8 and 9. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of .. the General Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GG01 539120 0202002 $211.000.00 Submitted for Citv Manaaers Office bv: Oriainatina Deoartment Head: Additional Information Contact: an on we on an Marc Ott (8476) Robert Goode (7804) George Behmanesh (7914) on E CITY S #HUY SPECIFICATIONS AND CONTRACT DOCUMENTS FOR ALLEY CLEARING/GRADING PILOT PROGRAM IN THE CITY OF FORT WORTH, TEXAS PROJECT NO. GGO1-539120-0202002 2005 'Am th Lk4 PlbEfpl A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING GEORGE A BEBEHMANESH, P.E. ` ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT �I1 DO0 KIM, P.E. ENGINEERING MANAGER WATER DEPARTMENT *40-s- DATE BIZ'-t IQ DATE DATE ALLEY CLEARING/GRADING PILOT PROGRAM TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instruction to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Disadvantage Business Enterprise 7. Special Provisions 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Contract 13. Project Designation Sign 14. Notice of Construction 15. Alley Locations NOTICE TO BIDDERS Sealed proposals for the following project: ALLEY CLEARING/GRADING PILOT PROGRAM TPW Project No. GG01-539120-0202002 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M., August 25, 2005 and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Transportation and Public Works, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. A pre -bid conference will be held at 1:30 P.M., August 4, 2005 in the Transportation and Public Works Conference Room 270 2nd floor, Municipal Building. One set of documents will be provided to prospective bidders for a non-refundable fee of twenty dollars ($20.00). Additional sets may be also purchased for a fee of twenty dollars ($20.00) per set. The documents can be purchased at the front desk of the Transportation and Public Works Department 1000 Throckmorton Street, 2nd floor, Municipal Building. For additional information contact Mr. John Hobson, at (817) 392- 6637. Charles R. Boswell City Manager Robert D. Goode, P.E. Director, Department of Engineering PUBLICATION: By• July 21, 2005 ,rr/ Najib N. Fares, P.E., July 28, 2005 Infrastructure Manager, TPW in SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 r� percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the Oft 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 reinsures 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. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas .� or other methods of bringing items to a common basis as may be established in the Contract Documents. sm The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. oft Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to Of re -advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed "` in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the .. Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, .n without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. p,I)fnENA: Bidders are responsible for obtaining all addenda to the Oft ' . Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Transportation and Public Works at (817) 392-6637. Bids that do not ,s acknowledge all applicable addenda will be rejected as non -responsive. SPECIAL INSTRUCTIONS TO BIDDERS 1 oft G. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM �n and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City: 5. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects except as modified by these specifications. This project is to be bid by the calendar day. As such, should the Contractor not complete the contract in the calendar days specified, a time charge shall be made for each calendar day thereafter, not as a penalty but as liquidated damages. The preceding shall supersede any and all references made in these specifications and/or the standard street specifications, in regards to liquidated damages. 6. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply- with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. Ift 7. WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this an project. 8. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Department of Transportation and Public .�. Works for use by the City in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 9. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non -owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. 10. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting SPECIAL INSTRUCTIONS TO BIDDERS 2 am employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a n. minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. am E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees Am employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance am premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. on M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non- resident bidder unless the non-resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid non- SPECIAL INSTRUCTIONS TO BIDDERS 3 FT, W'�PIH, TEX. r7 am resident bidder to obtain a comparable contract in the state in which the non-resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent ,r company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of A' business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. wo The appropriate blanks of the Proposal must be filled out by all non- resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically .n disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 13550, the City of Fort Worth has goals for +� the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non -responsive. i Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre -construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: Mft 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the .� M/WBE Ordinance by complying with the following procedures: A M/WBE Participation Report Form must be submitted monthly until the Aft contract is completed. The first report will be due 30 days after SPECIAL INSTRUCTIONS TO BIDDERS 4 ON commencement of work. The monthly report MUST have an original .so signature to ensure accountability for audit purposes. Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a 110" or "no participation" in the spaces provided, and provide a brief explanation. The Contractor shall provide the M/WBE Office proof of payment to the Am M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: Au 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: r a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre -approved by the +.n M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. ma Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, Mft The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit examination of any books, records or files in its possession th �;'! WORD CIff EC�Y R�a SPECIAL INSTRUCTIONS TO BIDDERS 5 FT.WORTH, EX. mot .r substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating am process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PAYMENT AND FINAL PAYMENT PROJECT ACCEPTANCE: Because of the am unique nature of this contract, section 9.7 of the Standard Specifications for Street and Storm Drain Construction shall not apply and shall be superseded by the following: .n Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the '~ work under that particular Work Order and recommend payment therefore. If the Engineer finds that the work has not been completed as required, AM the Contractor shall be advised in writing and will be furnished with an itemized list of all known items that have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the am improvements are ready for inspection, and the Engineer shall proceed as outlined above. am Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor as to that Work Order, an estimate showing the value of the work will be prepared by the Engineer ar as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after �r acceptance by the Transportation and Public Works Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, Am the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the fflft City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. =, The acceptance by the Contractor of the individual payment a. shall operate as and shall release the Owner from all .► SPECIAL INSTRUCTIONS TO BIDDERS 6 CITY KIAETARY FT. WORTH, TEX. .. Am liabilities under the Contract for anything done or furnished or oft relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor .m of any guarantees or other requirements of the Contract Documents that specifically continue thereafter. For purposes of this section, the Work Order shall be deemed complete Am and accepted by the City as of the date the punch list for the particular Work Order has been completed, as evidenced by a written statement signed by the contractor and the City. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". 'r Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch Oft by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, .. or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage s� for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor 's/personIs work on the project has been completed and accepted by the governmental entity„ Persons providing services on the project ("subcontractor" in , 406.096) - includes all persons or entities performing all or part SPECIAL INSTRUCTIONS TO BIDDERS 7 MOB Elm of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which .,, furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include Aft activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. Am B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the + contractor providing services on the project, for the duration of the project. oft C. The Contractor must provide a certificate of coverage to the government -al entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current �. certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a .t new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services .r on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. SPECIAL INSTRUCTIONS TO BIDDERS 8 EEM FM I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services ON on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, amperiod, the coverage period shown on the current certificate of coverage ends during the duration of the project; ON (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; am (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or .r personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing oft services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes ON and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. a� K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles SPECIAL INSTRUCTIONS TO BIDDERS 9 AM the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing '~ all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE .+ "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or .. transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. ar Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the SPECIAL INSTRUCTIONS TO BIDDERS 10 0 basis of disability in the provision of services to the general public, W* nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. 00 M 0 END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS 11 CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 2003 CLASSIFICATION RATE CLASSIFICATION RATE AIR TOOL OPERATOR $9.00 MILLING MACHINE OPERATOR $8.62 ASPHALT RAKER $9.55 MIXER (OVER 16 CF) $10.30 ASPHALT SHOVELER $8.80 MOTOR GRADER OPERATOR (FINE $11.97 GRADE) BATCHING PLANT WEIGHER $11.51 MOTOR GRADE OPERATOR $10.96 CARPENTER S10.30 PAVEMENT MARKING MACHINE $7.32 CONCRETE FINISHER (PAVING) $10.50 ROLLER, STEEL WHEEL $9.06 (PLANT -MIX PAVEMENTS) CONCRETE FINISHER (STRUCTURES) $9.83 ROLLER, STEEL WHEEL (OTHER $8.59 (FLATWHEEL OR TAMPING) CONCRETE RUBBER $8.84 ROLLER, PNEUMATIC SELF- $8.48 PROPELLED SCRAPER ELECTRICIAN $15.37 SCRAPER $9.63 FLAGGER $7.55 TRACTOR -CRAWLER TYPE $10.58 FORM BUILDER (STRUCTURES) $9.83 TRACTOR -PNEUMATIC $9.15 FORM LINER (PAVING & CURB) $9.00 TRAVELING MIXER $8.83 FORM SETTER (PAVING & CURB) $9.24 WAGON -DRILL, BORING MACHINE $12.00 FORM SETTER (STRUCTURES) $9.09 REINFORCING STEEL SETTER $13.21 (PAVING) LABORER, COMMON $7.32 REINFORCING STEEL SETTER $13.31 (STRUCTURAL) LABORER, UTILITY $8.94 STEEL WORKER -STRUCTURAL $14.80 MECHANIC $12.68 SPREADER BOX OPERATOR $10.00 OILER $10.17 WORK ZONE BARRICADE $7.32 SERVICER $9.41 TRUCK DRIVER -SINGLE AXLE $8.97 (LIGHT) PAINTER (STRUCTURES) $11.00 TRUCK DRIVER -SINGLE AXLE $9.02 (HEAVY) PIPELAYER $8.98 TRUCK DRIVER -TANDEM AXLE $8.77 (SEMI -TRAILER) BLASTER $11.50 TRUCK DRIVER-LOWBOY/FLOAT $10.44 ASPHALT DISTRIBUTOR OPERATOR $10.29 TRUCK DRIVER -TRANSIT MIX $9.47 ASPHALT PAVING MACHINE S10.30 TRUCK DRIVER -WINCH $9.00 BROOM OR SWEEPER OPERATOR S8.72 VBRATOR OPERATOR (HAND $7.32 TYPE) BULLDOZER $10.74 WELDER $11.57 CONCRETE CURING MACHINE $9.25 CONCRETE FINISHING MACHINE $11.13 CONCRETE PAVING JOINT MACHINE S 10.42 CONCRETE PAVING JOINT SEALER $9.00 CONCRETE PAVING SAW S 10.39 CONCRETE PAVING SPREADER S10.50 SLIPFORM MACHINE OPERATOR $9.92 CRANE, CLAMSHELI., BACKHOE, $11.04 DERRICK, DRAGLINE, SHOVEL . FOUNDATION DRILL OPERATOR $10.00 (CRAWLER MOUNTED) FOUNDATION DRILL OPERATOR S11.83 (TRUCK MOUNTED) FRONT END LOADER $9.96 "� Special Instructions to Bidders Page I of I P R O P O S A L TO: MR. CHARDS BOSWELL City Manager Fort Worth, Texas FOR: ALLEY CLEARING/GRADING PILOT PROGRAM TPW PROJECT NO. GG01-539120-0202002 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to -wit: UNIT I SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS S.P. 1 1 EA. Project Designation Sign @ Two Hundred Dollars & No Cents Per EA. S.P. 2 39,500 L.F. Clearing Alley & A Dollars & -j 4 Cents Per 4 k L'F 208 3 1,500 C.Y. Light Grading @ S.P. Dollars & .116 Cents Per C.Y. 208 4 120 C.Y. Graded Crushed Stones @ S.P. Dollars & u- Cents Per C.Y. S.P. 5 12 EA. Tree Removal W -4") @ a 3 Dollars & ., Cents Per E.A. UNIT TOTAL PRICE AMOUNT BID $ 200.00 $ 200.00 $ . � 4b" $ Go d,-430 so 1 B $ 2�-0 nQ e P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 6 3 EA. Tree Removal (greater than 411) @ Dollars & do Cents Per E.A. $ 23 $ S.P. 7 370 L.F. Relocate 6' High Privacy Wood Fence @ =' Dollars & $S Cents Per L.F. $ 2 85/`A $ 14z-k S.P. 8 370 L.F. Relocate 6' High Chain Link Fence @ Dollars & l 50 8S Cents Per L.F. V Ca $ 3 TOTAL BID UNIT I P-2 UNIT II ", PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1 1 EA. Project Designation Sign @ Zero Dollars & No Cents Per EA. $ 0.00 $ 0.00 2. 2 26,350 L.F. Clearing Alley @ Dollars i�, 3' so & (r, S Cents Per L.F. $ ! $ )8 3 1,000 C.Y. Light Grading @ Dollars & .� Cents Per C.Y. $ $ ao .ice 1$0 8 4 90 C.Y. Graded Crushed Stones @ .P. Dollars & o '`> Cents Per C.Y. $ �"' $ P. 5 8 EA. Tree Removal (2"-411) @ 2 Dollars & oc Cents Per E.A. $ vo $ o� �.-- „P. 6 2 EA. Tree Removal (greater than 411) Dollars & $ ?.C-1 $ 00 Cp Cents Per E.A. S.P. 7 250 L.F. Relocate 6' High Privacy Wood Fence @ Dollars & ov 00 04> Cents Per L.F. P. 8 250 L.F. Relocate 6' High Chain Link Fence @ me 5 Dollars & 6 O t000 © Cents Per L.F. $ $ s� TOTAL BID UNIT II P-3 UNIT III SPEC PAY APPROX. ITEM ITEM QUANTITY DESCRIPTION OF ITEMS WITH BID UNIT TOTAL PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 1 EA. Project Designation Sign @ Zero Dollars & No Cents Per EA. $ 0.00 $ 0.00 S.P. 2 26,350 L.F. Clearing Alley @ i Dollars &S' Cents Per L. F. $ $ 208 3 1,000 C.Y. Light Grading @ S.P. Dollars Qy Cents Per C.Y. $ $ o �+ 208 4 90 C.Y. Graded Crashed Stones @ S.P. 4�e- Dollars c o eo Cents Per C.Y. $ $�tj S. P. 5 8 EA. Tree Removal (2"-411) @ -2. j Dollars & -70 Cents Per E.A. $ -10 $ �o 23 r �`y S.P. 6 2 EA. Tree Removal (greater than 411) =` Dollars $ oo $ CIO Cents Per B.A. _..-- S.P. 7 250 L.F. Relocate 6' High Privacy Wood Fence @ Dollars & 2"n Cents Per L.F. $ S.P. 8 250 L.F. Relocate 6' high Chain Link Fence @ Dollars & Cents Per L.F. $ ,�I 24 $ o 1©S6 TOTAL BID UNIT III $ *(,." 4s3a . ! o P-4 UNPT IV SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 1 EA. Project Designation Sign @ Zero Dollars No Cents Per EA. $ 0.00 $ 0.00 S.P. 2 26,340 L.F. Clearing Alley @ Dollars & 61 �X k � o !01 Cents Per L.F. $ { $ 208 3 1,000 C.Y. Light Grading @ S.P. Dollars & . 1 b Cents Per C.Y. $ $ o 0 208 4 90 C.Y. Graded Crushed Stones @ S.P. °S Dollars & oo �- ' Cents Per C.Y. $ ,�- -^'" $ To S.P. 5 8 EA. Tree Removal (2"-4") @ Z Dollars & y� Cents Per E.A. $ S.P. 6 2 EA. Tree Removal (greater than 411) 2 Dollars $ $ o 0 00 Cents Per E.A. S.P. 7 250 L.F. Relocate 6' High Privacy Wood Fence @ �Dollars 6 'G c Cents Per L.F. $ �-t , r Z a $ f s O i- n S.P. 8 250 L.F. Relocate 6' High Chain Link Fence @ Dollars & oc Pants Per L. F. $ TOTAL BID UNIT IV $ c> a C:)' ~� GRAND TOTAL UNITS I, II,III, IV ) P-5 I (we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectfully submitted, Addendum No. 1 (Initials) C-1 Ge ev.- Addendum No. 2 (Initials) Company -Name- Addendum No. 3 (Initials) t �. By:� Sign& n Printed Name of Principal Address: ��S ��tbs (Seal) % � Z S' Email address- t�, VAi C G Date: Telephone: Cota'74 P-7 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. 10,0(1 A. Non-resident vendors in ,, (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. Bidder: Company kvOi v� • 1vt��cLsor•1 )U� Address Dg[kh5 1-^> -1S7o� City State Zip By: (Please print) Signature (=tp,J, Q_(L . Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR OUOTATION EM 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 MMBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. 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. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is % % % 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. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M[WBE 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 M/WBE ORDINANCE, WILL RESULT IN'THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev: 5/30/03 I ATTACHMENT 1A Page 1 of 4 FORTWORTH PRIME COMPANY NAME: PROJECT NAME: City of Fort Worth Subcontractors/Suppliers Utilization Form F& P C-1 el E ly k&N Co r�,M o-to (- Ai`fe`( CAEARr tak, �, L,0-r P" E•r A--1_A City's MNVBE Project Goal: I Prime's MIWBE Project Utilization: kk % 17- O % Check applicable block to describe prime MNV/DBE I V1 NON-MNV/DBE BID DATE 8�2SioS PROJECT NUMBER I G 6)o1-53 ,1I Zo -o Zo2oV Identify all subcontractors/suppliers you will use on this project Failure to complete this form, irt: 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 MNVBE 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 MIWBEs 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, -w 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 1" tier, >a payment by a subcontractor to its supplier is considered: 2n° tier ALL MNVBEs 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 Tong as the MNVBE 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 MNVBE owner -operators,: and receive full M/WBE credit. The MNVBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease agreement. ATTACHMENT IA Pae1of4 FORT WORTH g Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N ° SUBCONTRACTOR/SUPPLIER T (check one) N T n Detail Detail Company Name Address ; e M vy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax T D r B B R O W B E E C T E. A `�'TA nl l�� I��jitvA NitC-i' d 4t'-fl L.6 a0Q. Cod- ,iWOdr, 2�2 0 0 .s pa,A', nA fix► �v M Coal. ��1E�( F,n_�gi �'�, IZI� r, . MvQ.oCc© ✓ t,ne�o0., F: 0 w,.. 3 0 ow oft ".3111111111 C�111111111 MR —111111111 Rev. 5/30/03 I ATTACHMENT1A FORT WORTH Page 4 of 4 00 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 2 ` -OO Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ a -- 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 of Change/Addition. 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. Authorized Signature Title M PC-1 rM1 Company Name Co tcoC t�i. i>E�fF�so..t W-�1a lob Address - CitylState/Zip ah'"OG� '�' i Printed Signature Contact Namerritle (if different) I'l2^'533-1'pble> 1 'L1 tli.-0i46-n°i O0 Telephone and/or Fax �cfLutZ fy S3CE-rt a bl� � . � �c'C . E-mail Address Date e)1zI:p (as Rev. 5/30/03 0 M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works Official Date: 1,* 10 S Official Time: �IQ 5 i4611hu 1 d III Ili .I 1111d1l, III . I11LLI 11 dlik Iliwli: d6I Jlli!,dLiel,.J I l lid,LIl Jl, I�IYI! 111ill,lb. .=��+ �d•d-d=�-E�.��--.�a ...,�em•..:�we,. elu��'-°:sew .ut.�� Bid Date: / o25 / d Project Name: 1 / l l J J Project Manager. Forms Submitted By Name: Company: Aldfia Received : �� SPECIAL PROVISIONS FOR: ALLEY CLEARING/ GRADING PILOT PROGRAM PROJECT NO. GGO1-539120-0202002 1. SCOPE OF WORK: The work covered by these plans and specifications consists of the clearing and grading of alley right-of-way between fence lines. This will require the trimming of all trees and bushes back to the fence line; removal of all trash and debris including but not limited to construction material, furniture, tires, etc.; removal of trees, stumps, bushes and shrubs; grade of selected areas to allow proper drainage of water flow, and fill low sections with graded crushed stones as directed by the Engineer; mow all grass and weeds to a height not more than 111; and all other miscellaneous items of construction to be performed as outlined in the Specifications, which are necessary to satisfactorily complete the work. For alley locations see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute alleys in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. The contractor is encouraged to conduct site visits and survey all these possibilities. The contractor shall verify these locations with the Construction Engineer. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, SP-1 V" G'1 'UhC 0091 FT. WORTH, TEX. procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. Excess excavation will be disposed of at locations approved by the Engineer. During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 3. BID SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. Affected contractors will be notified in writing of a recommendation to the City Council. 4. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 5. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site at his own expense. 6. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 7. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property Owner. SP-2 8. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. 9. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 10.WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. I1.EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: SP-3 The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Project Manager and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 12.RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 13.CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, SP-4 Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call -out for the pay item by the designer. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 14.TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8770 at leastl0 workinq days prior to the preconstruction conference. Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required x specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re -install the permanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets during peak traffic periods" as determined by the City Traffic Engineer SP-5 and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See Special Instructions to Bidders Item No. 15, for further work time restrictions on "Air Pollution Watch Day" with substantial use of motorized equipment. 15.PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted five (5) calendar days prior to beginning any construction activity along each street. The flyer shall be prepared on the Contractor's letterheads and shall include the same information as what is in the provided sample. The contractor shall submit a schedule showing the construction start and finish dates for each street of the project to the inspector at the pre -construction conference. In addition, a copy of the Notice of Construction/flyer shall be delivered to the City inspector for his review prior to being distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 16.PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 17.DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be SP-6 CITY SECIE Y subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 18.DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 111. 19.DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 20.FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the work has been completed. No more than seven days shall elapse after completion of construction before the roadway SP-7 and right-of-way is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 21. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub -section as related to "substitutions" shall be applicable to all sections of these specifications. 22.PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 23.CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 24.SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: 1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." SP-8 2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. 3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Co.) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company, and shall record action taken in each case. 4) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3) . 25.RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during .. normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. SP-9 26.CONSTRUCTION: The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub- contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.) . NON -PAY ITEM NO. 1 - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item No. 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON -PAY ITEN NO. 2 - EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of, to verify locations, elevations, and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the Contractor's expense. Public utilities shall be notified when proposed facilities conflict with existing utilities. Contractor shall contact the following utility companies 48 hours prior to doing work at any location: Fort Worth Water Department Field Operations Steve Tackett 817-212-2686 or 817-992-0130 Scott Neystel 817-212-2642 or 817-994-8663 Fort Worth Transportation & Public Works Light and Signal Division Dwayne Cox 817-871-8100 Roger Martin 817-871-8100 Fort Worth Transportation & Public Works (Storm Drain locates) Lone Star Gas Company Gordon Couch 817-871-8100 SP-10 Metro (214) 263-3444 Texas Utility Service Company 336-2328 Southwestern Bell Telephone Company Enterprise 9800 Texas One Call -Fiber Optics Location (MCI, AT&T, Sprint, etc.) 1-800-245-4545 Marcus Cable T.V. 737-4731 NON -PAY ITEM NO. 3 - PROTECTION OF FENCES, TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including fences, lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. No direct payment will be made for this item, and it shall be considered incidental to this Contract. NON -PAY ITEM NO. 4 - PRE -CONSTRUCTION WALK-THROUGH: No detailed surveys have been completed for these alleys. Therefore, the Contractor shall meet with the Engineer and the Inspector at the proposed alley locations prior to construction. City representatives and the Contractor will locate the limits of alley clearing/mowing and re -grading based upon actual field conditions. No direct payment will be made for this item, and it shall be considered incidental to this Contract. NON -PAY ITEM NO. 5 - STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction -North Central Texas. m The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. PAY ITEM NO. 1 - PROJECT DESIGNATION SIGN: The Contractor shall construct and install one (1) Project Designation Sign and it will be the responsibility of the Contractor to maintain the sign in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project sign lettered and painted in accordance with the enclosed detail. The quality of the paint, painting, and lettering on the sign shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. 1I ;tl � N1 SP-11 CITY 6ffl`-,:flk1y Ft � ��. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. This sign shall be installed on barricades or as directed by the Engineer, and in place at the project site upon commencement of construction. The work, which includes the painting of the sign, installing and removing the sign, furnishing the materials, supports and connections to the support, and maintenance shall be to the satisfaction of the Engineer. The unit price pre bid per each will be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY -ITEM NO. 2 - CLEARING ALLEY: "Clearing Alley" shall consist of clearing and mowing the alleyway (15' average width) between fence lines. This work shall include the removal of all trash and debris including but not limited to construction material, furniture, tires, etc.; removal of all trees less than 2" dbh, stumps, bushes and shrubs; and, mowing all grasses and weeds to a height not more than 111. All stumps, roots, etc shall be removed to a depth of at least two (2) feet below the existing ground surface; and all holes remaining after removal shall be backfilled and tamped as directed by the Engineer. Also, this item shall include the trimming of all trees and bushes outside the fence lines that overhang into the alley to a height of 10' above the ground back to the fence line. The unit price bid per linear foot shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 3 - LIGHT GRADING: "Light Grading" will consist of scraping and finishing of all earthwork by blading, bulldozing, or other approved methods, so that the alleyway shall be free of holes, ditches and other abrupt changes in elevations and irregularities of contour to prevent ponding of water and to provide drainage as directed by the Engineer. The unit price bid per linear foot shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY -ITEM NO. 4 - GRADED CRUSHED STONES: This item shall be used to fill low areas as directed by the Engineer. The fill material shall be graded crushed stone. For specifications governing this item see Item No. 208 "Flexible Base". SP-12 The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY -ITEM NO. 5 6 6 - TREE REMOVAL: This item shall include removing existing trees (2" dbh and greater) for alley clearing. All stumps, roots, etc shall be removed to a depth of at least two (2) feet below the existing ground surface. Holes remaining after removal of trees shall be backfilled and tamped as directed by the Engineer. The unit price bid per each tree shall be full payment for all materials, labor, equipment, tools, and incidentals necessary to complete the work. PAY -ITEM NO. 7 - Relocate 6' privacy fence, wood: This item shall include the relocation of existing wood privacy fence (61) as directed by the Engineer. The unit price bid per linear foot shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 8 - Relocate CHAIN LINK fence: This item shall include the relocation of existing chain link fence as directed by the Engineer. The unit price bid per linear foot shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. END OF SECTION SP-13 Y ��+�G�! V�tSC�i '�kl1 F%r; �,TE13. 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 Project Allev Clearina / Gradina Pilot Proaram at Various Locations and City of Fort Worth Project No. GG01-0202002. CONTRACTOR: By: �J Name: Title: I�2 Date: °� �- �, \ 1,0a 9- STATE OF TEXAS § COUNTY OF TARRANT § Before me, thq undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, arr,4 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 day oft—�-no , 20 145. NotaW rc irresnd1orrhii8ta a of Texais,,;,,� 5111 li.ul ..ti' Sri;- y',= .,ir:e,., •. CERTIFICATE OF INSURANCE it s cwlf"; tttat STA1 E FAHM PWr AND CASUAL TI COMPANY, Rloomington. ljli ;is r] STATE: VARM, GENCRAL iNSURANCt COMPANY. Nuorringron, Illinois STATE' FAPM FIRE ANO GASUALi Y COMPANY, SchrboroVto, 0otario Ll STATI= FARM FILQRIDA INSURANCL- C:OMPAN"f. Wrnter hfavm I k rida [ .SW TL rAVM L1,, )YOS, Dailn_o, I exas rrlstnrs :Ye Mr,lit>winr; ppli4yh61der tnr The ctvr� �iges indiC;3tail hei[vr {�iicy++otder 1'.4A_ , (•r.,nu: ,, ^P.i. :at.'.. �P.N�ir'A:, =testa?p11'!',lf' Xldies$ ul tx!fic"1 der y '4,..'A(tw ..t Hr ['I" IT.! 3, 0-- L(IcAllon of uperel16'13 Iry �,— TY 71_19N D?Sc;rlptiQn c)'f upe.•r:�lwn:; '- Tire pukcies fistrrj hi;lb.r have be-ii ,a*urd (c, Mp fM7lrGyh ewe tnr the rQy P,�in shl;W The In rant dr-54itbed rn thr.ze pullVe's If. subs to aii lite Ivrm3. exdusmff . and MMd1WnS Q( thpS*J polirrV) TN! tlntltS of lrlbility sbuVm r"Tay t1ave W4'fl retluq;td by any paid rlalu �. -� POLICY PERIOD �- ' UMiT$ OF L.IAENLITY — — PL7UGV NUAIa3ER TYPE IJF IMStJitllN(,E _ (at beginning of Wicy Period) f flr71(1fe t19ns Y+' sonil Y INJURY AN-D lkmiriess Nobility PROPERTY nAIWAGE (him riL• 1M3ri4i? ir�ti7UCG'S. l Rt(7r1t1Ci5 Uom; l04.0 Cojitrartual Uatsility Each lq.xurrerw $ t 1 Rumorai imlur� w []A.r.rvurtisingInjury Qkmerai,%ggreq,-1lu $ (] i PoAums -- (.ompiete ! S U } 0 rutir IL A —" --- i R U6y FERI4iD �Erfift F -M Y INJURY ANrl PROPEr?rY UAtnlACA i IABtL IrY ive ❑ f Expirabon Date { (Combined SrWlcl UMI) 0E)ll:t3S :f4i E3Cr1 rNxlJlrtY1cQ Odhel U Othei - - ��rMi]3tt S - POLICY PERIOD Part r W1Mk0< $ T:ompcn68tirn Stt3tut0,ry w m an Effocc-ue oam ' E or1 auw Vlir mwr l5' compen'"tion Fait 11 Empioyf!rs Li tWl y Arid F-mplowN Lbubility tach A.tcniM0 $ Oi-^ase - Eacn r mployee $ r'rlhrY- - POLICY PERIOD LIMI I S OF LTAAIUTY POtJGY NUMBER TYPE Of: INSURANCE Efteivu Date Exit dab# (ai begInninq of pofloy period) 515"fir :QIIr19e•ClC.:I iut t/J?.{7;T� : i,1 + JS c :l,'� '7 0'1:1 - j :- �� `Jr>ne C1mP6 THE CERTIFICATE 017 INSURANCF- IS NOT A CON i RACT OF INSURANCE AND NEITHER AFFdRMNATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRISED HERF;N, Narrpe and 11,7dititw. of C,1241it►cate I lultl,:r LIC- i ''r 1 Fd_ - r;,. r_y... a..lr_at• IlatCl,._` d.. _.—!i:: ALW:tjt 'lrlAYe',_i- Th', y ,_t e7c-rl 'nr.;.:cr !':s 0"' rs'�, ,rrT l..y .al,.. I4I,q Tr ca ktit•.!-..ns :)rr- is-rtr., TY fi1.1!2 E58-14" 1 S fir.4 t i•r-ry.2tlr4 1'ruIM A l l S.A tf any 7f Mn rlds mbs--ti pofices mvex cijnzult.J t,etnre dheir eupii atioil lode, State Farrn W 11 by to mail u written noikx, to the CPRi6r tte hpkfer 3 ' day!: Ukil e cltmell:liron H hcvmu +r, wt, Mail M mjH such not;=x, no obliilauCn Lx liabiiity well by imrmxrci on Ratk- Farm its gpnt:: or rep !nralavc-, 7 ;,rynatur�'fi qu 1, d f2+�Y •cntinpvA. TNJO � r5gt� t- t,r. F C41ri�1.1t1- Aepni Ntvile - Agcnl coot At r, c:oCe 0 FT. W1101TH, YEKI Bond# 856245 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS* COUNTY OF TARRANT § That we, (1) MPG General Contractor . as Principal herein, and (2) Evergreen National Indemnity Company a corporation organized under the laws of the State of (3) Ohio , - and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort 'Forth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Two Hundred Eleven Thousand and No Cents Dollars ( $211,000.00 ) for the payment of which sum we bind ourselves; our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee — dated the 13"' day of September , 2006, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of ALLEY CLEARING I GRADING PILOT PROGRAM AT VARIOUS LOCATIONS Proiect No. GGG01- 0202002, NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, spertcaations, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of - the Texas Government Code. as amended. and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument SIGNED and SEALED this 13t' day of September . 2005 M MPG General Contractor - PRINCIPAL ATTEST: Sy! Name: Manuel E. Ruiz (Principal) Secretary Title: Owner (S E A I.} Address: 1005 W. Jefferson #105 Dallas, TX. 75208 W&wss as to Principal E er�reen National Indemnity Company SURETY ATTEST- BY 4 Name: Roy E. Simmons �* Secretary Attorney in Fact Address: 10700 North Freeway, Ste. 300 Houston, TX. 77037 _Q1l.it�Q.� fitness as to S re . Telephone Number' 281-260-2000 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorpcxation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract C1All L 2EC-2"{PDi CITY SECIVIARY FT, "-wTH, TEX. Bond# 856245 an PAYMENT BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we, (1) MPG General Contractor as Principal herein, and (2) Evergreen National Indemnity Company a corporation organized and existing under the laws of the State of (3) Ohio , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Hundred Eleven Thousand and No Cents Dollars ( S211,000.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 00 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 13ti` day of September , 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the fallowing project: ALLEY CLEARING / GRADING PILOT PROGRAM AT VARIOUS LOCATIONS Proiect No. GGG01-0202002. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duty authorized representatives of the Principal ■ and the Surety have executed this instrument: SIGNED and SEALED this 13* day of September , 2005. ATTEST: (Principal) Secretary (SEAS.) "Adness as to Principal ATTEST: Secretary (SEAr) to MPG General I Contractor PRINCIPAL By: Marne: Manuel E. Ruiz Title: Owner Address; 1005 W. Jefferson *105 Houston, TX. 75208 Evergreen National Indemnity SURETY By,, <44' .. Marne. Roy E. Simmons Attorney in East Addresv 10700 North Freeway, Ste. 300 Houston, TX. 77037 Telephone Numt>er. 281-260-2000 DOTE; (1) Correct name of Principal (Contmdor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The state of band shall not be prior to slate of Contract. IN NOTE TO AGENT: It is required by federal law that you provide this document to the insured or prospective insured POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE You are hereby notified that under the Terrorism Risk Insurance Act of 2002 (TRIA), effective November 26, 2002, that we have automatically included, in all our policies and quotations, insurance coverage for losses arising out of acts of terrorism, as defined in Section 102(1) of the Act: The term "act of terrorism" means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States — to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property; or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. NOTICE OF GOVERNMENT REINSURANCE PARTICIPATION: Any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law (TRIA). Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. The portion of your annual premium that is attributable to coverage for acts of terrorism is: $o Name of Insurer: MPG General Contractor Policy Number: 856245 IN III TRIA Notice 12/02 w EVERGREEN NATIONAL INDEMNITY COMPANY COLUMBUS, OHIO POWER OF ATTORNEY PRINCIPAL MPG General Contractor CONTRACTAMOUNT $211,000.00 EFFECTIVE DATE September 13, 2005 AMOUNT OF BOND$ 211,000.00 POWERNO. 856245 KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby nominate, constitute and appoint: ****Scott D. Chapman, Roy E. Simmons, Elaine Lewis, Diana Stigleman, ndry �c�rd 1chardi % pake�r k rlepn X BoggS . Micl}yael gar&uiilo***** required, �y its true and lawfu ome o m`a e, execute a es , sea al, a ever or an on i beFia , as Sure A. i deed, where and all bonds, undertakings, recognizances and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars ($1,500,000.00). This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of July, 2004: RESOLVED, That any two officers of the Company have the authority to make, execute and deliver a Power of Attorney constituting as Attomey(s)-in-fact such persons, firms, or corporations as may be selected from time to time. am FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile; and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company; and any such powers so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and these presents to be signed by its duty authorized officers this 1 r day of September., 2004. EVERGREEN NATIONAL INDEMNITY COMPANY +++ wi'P/fds14r0e!ident • Craig L. touAimPresident Notary Public) State of Ohio) SS: On this 15"' day of September, 2004, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Roswell P. Ellis and Craig L. Stout of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described herein, and who executed the preceding instrument and acknowledged the execution of the same and being by me duly swom, deposed and said that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at Columbus, Ohio, the day and year above written. SUE Ir DWY rare GFI>Iq State of Ohio) SS: Notary Public State of Ohio My Commission expires August 5, 2009 I, the undersigned, Secretary of the Evergreen National Indemnity Company, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked: and furthermore that the Resolution of the Board of Directors, set forth herein above, is now in force. Signed and sealed in Columbus, Ohio this 13 th day of September 2005 u derson, Secretary *iva Any reproduction or facsimile of this form is void and invalid. 0 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.O. BOX 149104 AUSTIN, TEXAS 78714-9104 FAX # (512) 475-1771 YOU MAY ALSO WRITE TO: EVERGREEN NATIONAL INDEMNITY COMPANY AT: ATTENTION: CLAIMS DEPARTMENT 2800 Corporate Exchange Dr., Suite #130 Columbus, OH 44231 (614) 839-1800 FAX # (614) 839-1810 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.048, Government Code, and Section 53,202, Property Code, effective September 1, 2001. OFHU'At MUD citf B1121REYAly FT. WOMR, YEN. CITY OF FORT WORTH, TEXAS - CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 13th day of September , 2005 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and MPG General Contractor HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: ALLEY CLEARING / GRADING PILOT PROGRAM AT VARIOUS LOCATIONS Designated as project number, GG01-0202002 2. That the work herein contemplated shall consist of furnishing as an indeoende t contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. iOFFIC]AL HCO C-1 Ciff WIVAETUY 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Department of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 180 (One Hundred Eiahtv) working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 210.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. a Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage is caused in C-2 whole or in part by the nepliaence or alleged neWigence of Owner, its officers, servants or emplovees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. E:1 Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A shall be TWO HUNDRED ELEVEN THOUSAND AND NO CENTS $211,000.00 C-3 a It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Transportation and Public Works Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument �. through its duly authorized officers in Six 6 counterparts with its corporate seal attached. �1 C-4 Done in Fort Worth, Texas, this the 13th day of September , 20 05 . M PC, F, c�-+��1a1 coo-, !vac `act (Contractor) (Representative) (TITLE) -� e=. c4 ,,J CIG 30 2 c� (Address) (City/State/Zip) November 1960 Revised May 1986 Revised September 1992 Revised January 1993 Revised April 1999 Revised June 1999 Revised June 2001 IT F FORT W9RTH n �- ASSISTANT C W NWNA . • . C 6P1� le DIRECTOR, TRANSPORTATION AND PUBLIC WORKS ATTEST: CITY SECRET RY (SEAL) �_--r�'�'l� Con act Authorization ( -i-)r Date APPROVED AS TO FORM LEGALITY: ASSI ANT CST, A, ORNEY ovlwi�l WON C-5 PROJECT DESIGNATION SIGN 41_ 'I.k I A _ 11/4�� A FORTWORTH*--- PMS 288 111/4 " PMS 167 d I 3' 3" TR E ET MAINTENANCE _ 3"I PROGRAM O 3" i �- 11/211 = Contractor: V „ /2 2112--2 Contractor's Name , /2 11 /211 TELEPHONE NUMBER 161/2" v FORT WORTH IN LOGO- CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS; FORT WORTH - PMS 288 LONGHORN LOGO- PMS 167 Y1a �'01JkTH, EK. '4 � I... I . I s The City of Fort Worth's Department of Transportation and Public Works advises the property owners or tenants that clearing of alleys will take place within the next five (5) days behind or adjacent to your property_ If you have any questions regarding this notice, please call the City's contractor, at Thank you for your cooperation in this matter. FoR,TWOR,TH El Departamento de Transporte y Obras Publicas de la ciudad de Fort Worth le notifica a los propietarios a inquilinos que se llevara a cabo una limpieza del callejon detras de esta propiedad durance los proximos 5 (cinco) dias. Si tiene preguntas en relacion a este proyecto, favor de llamar al contratista de la ciudad, al Gracias por su cooperacion. FoP,TWOF,TH OFFIMU ROD CRY SEIC-AE� �/\/� FT. O PTH' V IK. El AM I-- E-2 L-JLJ =6m4'AakIqfdEJ 77MV ALLEY MAINTENANCE PROGRAM amli FOr% le%r% .0ollol 2-7 :-d 099: a!CI do—x 5iik . -i D 7-1 --t cli, -4 tj .77 A� x I A X, Legend N KX Recommendedi for cleaning by TPW Staff PD,Code Enforcement and PACS R s I— t.! — \ I ( mpo.;Kwu 4 62 ! 70( 7 A 699, I -.- "' 99 99. w 188099 .— —i T '-700'7I 99. 39g F Marino i Pa Circle Park O'k .0 x�, ;ZV < Q. 1, W - - I ' f > 17<,: -A I y- Printing Date: May 19, 2005 dw MR F-- m m t= 40 �� i i III 1 1 I ► Irti d_ H-' H'H� HH�' o r VFn ( ALLEY MAINTENANCE PROGRAM � .. 4= 4099 4100 t149 FOR CD 5 ro EXHI81T2 _Y - 450U-4599 I i 11 .n,- ._ ... .. w H-H -- 1 Legend Recomme ded for cleaning by '�v I PW Staff "9 i Qt� ` -I I W E Q° S S ST CHIC ST Hl - *'°'�•� �,�H H I I (_ l _1 i_ I'► I I I I L H HH � �— , �� Ll f I W :m 6ycamore Wa it� + -r � s 2524-2599 1 i� ALLEY MAINTENANCE PROGRAM i i i i il I FOR CD 5 and CD 8 Y X �J 2101127N. g [� �,��, i v i I LLLLLLJJI_111...JJJ---LLL..JJJ 2000-2698 2697-2702 2701=174�. 28U0.2699 2900-2913 29142999 3000-3099 3100.1199 I I I I IL-11LE- 11 I�10QI2999� a - ._ . z69o-- -30 , . I71 ' _I 2901). m gT pIII IIIIII I g -AVE K.J. +-..Y - AU --�ao - _ o.�sy z - TT I f lo-1 sl I I I i °' (30°�'? 1 i�J' -.....,,_sl�il�f ��' �I�Ji��►4ii� -iii vi� ��Ii'i lJ� F., � '% `� .,•� ,o •%' � f. yy MV NIVS I 1 7 lC9 0SZ .. �P g,9�-r�-�-{� 2632-2649%1i1A771� 61 f I I I I I I I �t _ r j m`-- r m O 9 j .. ' I i �y0 3fl 15/t19 I LLl1J1LLLR I II'�III'IIIIII��II'' I ii I III''II �r IUL '' I I Ii:II' I IUR EY -- I a t{NINVG I 4 (D 9 ® Wl!lllllllIlll �, T� IN 77� 00�1 9- III O Q 8 0'1 I I.' 17 G-1711 a m >> i'I fill _ ITIL'L1 p�at � a I rl illiLlll .I,' I I . ;I L • 9 MUD[] �9�;t OG71r99 1;r-IT. 1d6(E 1Lp 99 5Qi�II I ' I : , '1i '• 1 A •149 � t 9 DQq-�� III 9 2 9 669 n ! ' I l cpo It78e + q e99'.I, 166 9 _ IIIIIIIIi e _ N N1J111l1 1T'!ST',r J.. .1. z 7800 77 g k' '' I I ! 1;1_J Bl.� f�I�1-1800+ss I lim mild '2 g-@� 9 < ® sa 16no- es9 �6u oofl \ 8Q0:+ � e I I �a 1a -? 0 soe T � �rloas d` D teoo t _ I nao l7ss I ieoo-1 (111 ' 1 .- 1L1_i_ l j J J_ i .. `" �� I p . 9� o{ ` �400�L l . o + 3 t 9f r z 800126t) - !L - �.-d 23 6 @' .lu fTl__L..._ 1.1L1 6 06 9 9 I MOM LLLL8 5 9 1700,179< 96 9 5 9 CD M ieoP-2ees•I �z7oo�2 I o kLJ LLl� �'� I TMKTn K=r I, I i� es1L•oo_ L:PSCO I�-i '" - 2 02 n-Y300-239 22 9 9 1800-1899, '• "I 90 r a .' 2?Oo 28s -'2700,2j9B . �JI1 - \Fla � � a ' � 171 �{jLL�-,$���+ - f8 W O la C7 • 00-2 99 " y C < I L�IO _ BBLL•0 � - - - I _ L._770o-179. 2800 �28 9 N 2700g279 - p690• 9 2500• 99 - - --- T i 11IA;r� f .i J GERMS - .� _ 1 i 2000 2 �' 11900, 999 - S AVE 7E- 200•+ 0BUO-`�899 -2 OP-2799 N 1 o 12500- 9� �. _ '1— (� t' �N�S�A�iEII. {00 y > y1 �2 r psoo•+9sa , teP -teas , npo-� s—+500.1699 a I-+oss I II I I 1, 0-2349- I .. �10 -21 I o 1 1. 0991 Imo; any, II' I�IIII I�IIII I�IIII lull pull$$$ I MAM St : I I ' I �s MAY 6�BI A I I i_'._ 1 I MAY ST I . ' P 9 - 1 899 ---2700-27y9 -"-, I ZI' I I - - 100-2299 20002�99 �' -190 -1P99 z 1BP0-�89 '11700.1799 �+y� p '�-L1J�R11' I I I ....I�.I i I �-- - gip.-,,m ,:,:S7l�0UlAVE. _I. I. L•OS9Lm 'L1Ji11fd.W `OI -•II 1 t'2600=2899 R { U� 1900.1999 -1400-1699 17P •1719 IV 06-749913O"S j��'1� DR299� I I �"i-n UISAVE W q j�I_I{�j},f�J{� jW/�yhi� �GALVE$T4NIAV I �M-Al:— -�i - 11—� 1900-1999 1400.1"9 17A0-1799 N [Lou T IT `` '`,;�1 I I � q�q�4,B yI N-2QG029 9 FY r 9 9 �. �� :aye �E 3+���_2 a; 1 j .. cv, eYe. r p/ _fAUn\ oLm I I l 1� I I / __ I f 1549-�, PROJECT LOCATIONS FOR ALLEY CLEARING / GRADING PILOT PROGRAM PROJECT LOCATION PROJECTIW Unit # CD ti„_v w lAaco frrim Street . To Street Left Parallel St. Right Parallel St. CIRCLE PARK 62E 24TH ST. 23RD ST. PEARL AVE. MARKET AVE. 1 2 CIRCLE PARK 62E 24TH ST. 23RD ST. MARKET AVE. GOULD AVE. 1 2 CIRCLE PARK 62E 25TH ST. 24TH ST. COLUMBUS AVE. CHESTNUT AVE. 1 2 CIRCLE PARK 62E 25TH ST. 24TH ST. CHESTNUT AVE. PEARL AVE. 1 2 CIRCLE PARK 62F 25TH ST. 24TH ST. PROSPECT AVE. LEE AVE. 1 2 CIRCLE PARK 62F 25TH ST. 24TH ST. LEE AVE. ROSS AVE. 1 2 CIRCLE PARK 62E/62J NW 24TH ST NW 23RD ST COLUMBUS AVE CHESTNUT AVE 1 2 CIRCLE PARK 62E/62J NW 24TH ST NW 23RD ST CHESTNUT AVE PEARL AVE 1 2 CIRCLE PARK 62F/62C NW 24TH ST NW 23RD ST GOULD AVE LINCOLN AVE. 1 2 CIRCLE PARK 62F/62C NW 24TH ST NW 23RD ST LINCOLN AVE. REFUGIO AVE. 1 2 CIRCLE PARK 62E NW 25TH ST NW 24TH ST PEARL AVE MARKET AVE 1 2 CIRCLE PARK 62E NW 25TH ST NW 24TH ST MARKET AVE GOULD AVE 1 2 CIRCLE PARK 62F NW 25TH ST NW 24TH ST GOULD AVE LINCOLN AVE. 1 2 CIRCLE PARK 62F NW 25TH ST NW 24TH ST LINCOLN AVE. REFUGIO AVE. 1 2 CIRCLE PARK 62F NW 25TH ST NW 24TH ST REFUGIO AVE. PROSPECT AVE. 1 2 CIRCLE PARK 62F NW 25TH ST NW 24TH ST ROSS AVE CLINTON AVE 1 2 CIRCLE PARK 62E NW 26TH ST. NW 25TH ST. COLUMBUS AVE CHESTNUT AVE 1 2 CIRCLE PARK 62E NW 26TH ST. NW 25TH ST. CHESTNUT AVE PEARL AVE 1 2 CIRCLE PARK 62E NW 26TH ST. NW 25TH ST. PEARL AVE MARKET AVE 1 2 CIRCLE PARK 62E NW 26TH ST. NW 25TH ST. MARKET AVE GOULD AVE 1 2 CIRCLE PARK 62F NW 26TH ST. NW 25TH ST. GOULD AVE. LINCOLN AVE. 1 2 CIRCLE PARK 62F NW 26TH ST. NW 25TH ST. LINCOLN AVE. REFUGIO AVE. 1 2 CIRCLE PARK 62F NW 26TH ST. NW 25TH ST. REFUGIO AVE. PROSPECT AVE. 1 2 CIRCLE PARK 62F NW 26TH ST. NW 25TH ST. PROSPECT AVE. LEE AVE. 1 2 CIRCLE PARK 62F NW 26TH ST. NW 25TH ST. LEE AVE. ROSS AVE 1 2 CIRCLE PARK 62F NW 26TH ST. NW 25TH ST. ROSS AYE CLINTON AVE 1 2 CIRCLE PARK 62K 21 ST ST. 20TH ST. GOULD AVE. LINCOLN AVE. 2 2 CIRCLE PARK 62N 21 ST ST. 20TH ST. CHESTNUT AVE. PEARL AVE. 2 2 CIRCLE PARK 62N 21 ST ST. 20TH ST. COLUMBUS AVE. CHESTNUT AVE. 2 2 CIRCLE PARK 62N 21 ST ST. 20TH ST. LOVING AVE. COLUMBUS AVE. 2 2 CIRCLE PARK 62K 22ND ST. 21 ST ST. GOULD AVE. LINCOLN AVE. 2 2 CIRCLE PARK 62N 22ND ST. 21 ST ST. CHESTNUT AVE. PEARL AVE. 2 2 CIRCLE PARK 62N 22ND ST. 21ST ST. COLUMBUS AVE. CHESTNUT AVE. 2 2 CIRCLE PARK 62N 22ND ST. 21 ST ST. LOVING AVE. COLUMBUS AVE. 2 2 CIRCLE PARK 62K 23RD ST. 22ND ST. REFUGIO AVE. PROSPECT AVE. 2 2 CIRCLE PARK 62N 23RD ST. 22ND ST. MARKET AVE. GOULD AVE. 2 2 CIRCLE PARK 62N 23RD ST. 22ND ST. PEARL AVE. MARKET AVE. 2 2 CIRCLE PARK 62N 23RD ST. 22ND ST. CHESTNUT AVE. PEARL AVE. 2 2 CIRCLE PARK 62N 23RD ST. 22ND ST. COLUMBUS AVE. CHESTNUT AVE. 2 2 CIRCLE PARK 62J NW 21 ST ST ROOSEVELT AVE ROOSEVELT AVE PRARIE AVE 2 2 CIRCLE PARK 62J NW 21 ST ST NW 20TH ST PRARIE AVE LOVING AVE 2 2 CIRCLE PARK 62J NW 21 ST ST NW 20TH ST PEARL AVE MARKETAVE 2 2 CIRCLE PARK 62J NW 21 ST ST NW 20TH ST MARKET AVE GOULD AVE 2 2 CIRCLE PARK 62J NW 22ND ST NW 21 ST ST ROOSEVELT AVE PRARIE AVE 2 2 CIRCLE PARK 62J NW 22ND ST NW 21 ST ST PRARIE AVE LOVING AVE 2 2 CIRCLE PARK 62J NW 22ND ST NW 21 ST ST PEARL AVE MARKET AVE 2 2 CIRCLE PARK 62J NW 22ND ST NW 21 ST ST MARKET AVE GOULD AVE 2 2 CIRCLE PARK 62K NW 23RD ST NW 22ND ST GOULD AVE LINCOLN AVE. 2 2 CIRCLE PARK 62K NW 23RD ST NW 22ND ST LINCOLN AVE. REFUGIO AVE. 2 2 FAsLs ary reportsWley Projeds 2 1 3:22 PM 7/222005 ," PROJECT LOCATIONS FOR ALLEY CLEARING / GRADING PILOT PROGRAM r f%oj CT 1.>�cA loN P4.IET _ e Unit # CD z Y frorrs Street To Street Left Parallel St Right Parallel St CIRCLE PARK 62F/62C NW 24TH ST NW 23RD ST REFUGIO AVE. PROSPECT AVE. 2 2 CIRCLE PARK 62P 15TH ST. 14TH ST. GOULD AVE. LINCOLN AVE. 3 2 CIRCLE PARK 62K 16TH ST. 15TH ST. LEE AVE. CLINTON AVE. 3 2 CIRCLE PARK 62K 18TH ST. PARK ST. GOULD AVE. LINCOLN AVE. 3 2 CIRCLE PARK 62K CIRCLE PARK BLVD. 16TH ST. LINCOLN AVE. CIRCLE PARK BLVD. 3 2 CIRCLE PARK 62K CIRCLE PARK BLVD. 16TH ST. CIRCLE PARK BLVD. LEE AVE. 3 2 CIRCLE PARK 62K DRIVEWAY 16TH ST. LEE AVE. CLINTON AVE. 3 2 CIRCLE PARK 62K/62P NW 16TH ST NW 15TH ST LINCOLN AVE. CIRCLE PARK BLVD 3 2 CIRCLE PARK 62KI62P NW 16TH ST NW 15TH ST CIRCLE PARK BLVD LEE AVE 3 2 CIRCLE PARK 62K PARK ST. 16TH ST. GOULD AVE. LINCOLN AVE. 3 2 CIRCLE PARK 62P 15TH ST. 14TH ST. LINCOLN AVE. CIRCLE PARK BLVD. 4 2 CIRCLE PARK 62P 15TH ST. 14TH ST. CIRCLE PARK BLVD. LEE AVE. 4 2 CIRCLE PARK 62P 15TH ST. 14TH ST. LEE AVE. CLINTON AVE. 4 2 CIRCLE PARK 62P 16TH ST. 15TH ST. GOULD AVE. LINCOLN AVE. 4 2 CIRCLE PARK 62K 21 ST ST. 20TH ST. ROSS AVE. CLINTON AVE. 4 2 CIRCLE PARK 62K 21 ST ST. 20TH ST. LEE AVE. ROSS AVE. 4 2 CIRCLE PARK 62K 22ND ST. 21 ST ST. PROSPECT AVE. LEE AVE. 4 2 CIRCLE PARK 62K 22ND ST. 21 ST ST. LEE AVE. ROSS AVE. 4 2 CIRCLE PARK 62K 22ND ST. 21 ST ST. ROSS AVE. CLINTON AVE. 4 2 CIRCLE PARK 62K 23RD ST. 22ND ST. PROSPECT AVE. LEE AVE. 4 2 CIRCLE PARK 62K 23RD ST. 22ND ST. LEE AVE. ROSS AVE. 4 2 CIRCLE PARK 62K 23RD ST. 22ND ST. ROSS AVE. CLINTON AVE. 4 2 CIRCLE PARK 62F 24TH ST. 23RD ST. LEE AVE. ROSS AVE. 4 2 CIRCLE PARK 62F 24TH ST. 23RD ST. ROSS AVE. CLINTON AVE. 4 2 CIRCLE PARK 62F/62C NW 24TH ST NW 23RD ST PROSPECT AVE. LEE AVE 4 2 FAIRMOUNT PARK 76R ALLEN AVE. JEFFERSON AVE. S HENDERSON ST. S ADAMS ST. 1 9 FAIRMOUNT-PARK 76R ALLEN AVE. JEFFERSON AVE. ADAMS ST. WASHINGTON AVE. 1 9 FAIRMOUNT PARK 76R ALLEN AVE. JEFFERSON AVE. WASHINGTON AVE. COLLEGE AVE. 1 9 FAIRMOUNT PARK _ 76R JEFFERSON AVE. RICHMOND AVE. S HENDERSON ST. S ADAMS ST. 1 9 FAIRMOUNT PARK _ 76R JEFFERSON AVE. RICHMOND AVE. WASHINGTON AVE. COLLEGE AVE. i 9 FAIRMOUNT PARK 76R JEFFERSON AVE. RICHMOND AVE. COLLEGE AVE. ALSTON AVE. 1 9 FAIRMOUNT PARK 76R JEFFERSON AVE. RICHMOND AVE. ALSTON AVE. LIBSCOMB ST. 1 9 FAIRMOUNT PARK 76R JEFFERSON AVE. RICHMOND AVE. LIBSCOMB ST. HEMPHILL ST. 1 9 FAIRMOUNT PARK 76M MORPHY ST. MYRTLE ST. S LAKE ST. 5TH AVE 1 9 FAIRMOUNT PARK 76M MORPHY ST. MYRTLE ST. 5TH AVE S HENDERSON ST. 1 9 FAIRMOUNT PARK 76M MORPHY ST. MYRTLE ST. S HENDERSON ST. S ADAMS ST. 1 9 FAIRMOUNT PARK 76M MORPHY ST. MYRTLE ST. ADAMS ST. WASHINGTON AVE. 1 9 FAIRMOUNT PARK 76M MYRTLE ST. W MADDOX AVE. ADAMS ST. WASHINGTON AVE. 1 9 FAIRMOUNT-PARK 76M MYRTLE ST. W MADDOX AVE. WASHINGTON AVE. COLLEGE AVE. 1 9 FAIRMOUNT PARK 76Q MYRTLE ST. ALLEN AVE. 8TH AVE HURLEY AVE. 1 9 FAIRMOUNT PARK 760 MYRTLE ST. ALLEN AVE. HURLEY AVE. FAIRMOUNT AVE. 1 9 FAIRMOUNT PARK 76R MYRTLE ST. ALLEN AVE. FAIRMOUNT AVE. 6TH AVE. 1 9 FAIRMOUNT PARK 76R PARKING LOT ALLEN AVE. 5TH AVE. SMITH ST. 1 9 FAIRMOUNT-PARK 76R W ALLEN AVE W JEFFERSON AVE ALSTON AVE LIPSCOMB ST 1 9 FAIRMOUNT PARK 77N W ALLEN AVE W RICHMOND AVE HEMPHILL AVE S JENNINGS AVE 1 9 FAIRMOUNT-PARK 76R W MADDOX AVE W ALLEN AVE S ADAMS ST WASHINGTON AVE 1 9 FAIRMOUNT-PARK 76R W MADDOX AVE. ALLEN AVE. 6TH AVE. 5TH AVE. 1 9 FAIRMOUNT-PARK 76L W MORPHY ST W MYRTLE ST HURLEY AVE 7TH AVE 1 9 F:W"mary reports%Aley Projects 2 2 3:22 PM 7/22/2005 PROJECT LOCATIONS FOR ALLEY CLEARING / GRADING PILOT PROGRAM PROJECT LOCATION PROJECT NAIVE Unit # CD Nfapsco From Street To Street Left Parallel St. Right Parallel St. FAIRMOUNT PARK 76L W MORPHY ST W MYRTLE ST 7TH AVE FAIRMOUNT AVE 1 9 FAIRMOUNT-PARK 76M W MORPHY ST W MYRTLE ST FAIRMOUNT AVE 6TH AVE 1 9 FAIRMOUNT PARK 76M W MORPHY ST W MYRTLE ST 6TH AVE LAKE ST 1 9 FAIRMOUNT-PARK 76R W MYRTLE ST. ALLEN AVE. S HENDERSON ST. S ADAMS ST. 1 9 FAIRMOUNT PARK 77N ALLEN AVE. W JEFFERSON AVE. JENNINGS AVE. MAY ST. 2 9 FAIRMOUNT PARK 77N ALLEN AVE. W JEFFERSON AVE. MAY ST. ST, LOUIS AVE. 2 9 FAIRMOUNT-PARK 77N ALLEN AVE. W JEFFERSON AVE. ST LOUIS AVE. GALVESTON AVE. 2 9 FAIRMOUNT-PARK 77N ALLEN AVE. W JEFFERSON AVE. GALVESTON AVE. S MAIN ST. 2 9 FAIRMOUNT-PARK 77N ARLINGTON AVE. HAWTHORNE AVE. MAY ST. ST, LOUIS AVE. 2 9 FAIRMOUNT-PARK 77N HAWTHORNE AVE MAY ST S JENINGS AVE MAY ST 2 9 FAIRMOUNT PARK 77N JEFFERSON AVE. RICHMOND AVE. MAY ST. ST. LOUIS AVE. 2 9 FAIRMOUNT PARK 77N JEFFERSON AVE. RICHMOND AVE. ST. LOUIS AVE. GALVESTON AVE. 2 9 FAIRMOUNT-PARK 77N JEFFERSON AVE. RICHMOND AVE. GALVESTON AVE. S MAIN ST. 2 9 FAIRMOUNT-PARK 77S MORNINGSIDE DR. CAPPS ST. MAY ST. ST LOUIS AVE. 2 9 FAIRMOUNT PARK 77S MORNINGSIDE DR. CAPPS ST. JENNINGS AVE. MAY ST. 2 9 FAIRMOUNT PARK 77S MORNINGSIDE DR. CAPPS ST. HEMPHILL ST. S JENNINGS AVE. 2 9 FAIRMOUNT PARK 77S MULKEY ST. MORNINGSIDE DR. JENNINGS AVE. MAY ST. 2 9 FAIRMOUNT PARK 77N RICHMOND AVE. ARLINGTON AVE. MAY ST. ST. LOUIS AVE. 2 9 FAIRMOUNT-PARK 77N RICHMOND AVE. ARLINGTON AVE. ST. LOUIS AVE. GALVESTON AVE. 2 9 FAIRMOUNT PARK 77W W CANTEY ST. W LOWDEN ST, JENNINGS AVE. MAY ST. 2 9 FAIRMOUNT PARK 77W W CANTEY ST. W LOWDEN ST. MAY ST. ST LOUIS AVE. 2 9 FAIRMOUNT-PARK 77S W CAPPS ST W CANTEY ST S JENNINGS AVE MAY ST 2 9 FAIRMOUNT PARK 77S W CAPPS ST W CANTEY ST MAY ST ST LOUIS AVE 2 9 FAIRMOUNT-PARK 77N W JEFFERSON AVE. W RICHMOND AVE_ JENNINGS AVE. MAY ST. 2 9 FAIRMOUNT PARK 76R W MADDOX AVE W ALLEN AVE WASHINGTON AVE COLLEGE AVE 2 9 FAIRMOUNT-PARK 77S W MULKEY ST W MORNINGSIDE DR HEMPHILL ST S JENNINGS AVE 2 9 FAIRMOUNT-PARK 77S W MULKEY ST W MORNINGSIDE DR MAY ST UPRR 2 9 FAIRMOUNT PARK 77N W RICHMOND AVE W ARLINGTON AVE GRAINGER ST S JENNINGS AVE 2 9 FAIRMOUNT PARK 77N W RICHMOND AVE W ARLINGTON AVE S JENNINGS AVE MAY ST 2 9 FAIRMOUNT PARK 76R 140' S of ALLEN AVE. PARK PLACE AVE. 5TH AVE S HENDERSON ST. 3 9 FAIRMOUNT PARK 76Q ALLEN AVE. PARK PLACE AVE. 8TH AVE HURLEY AVE. 3 9 FAIRMOUNT PARK 76Q ALLEN AVE. PARK PLACE AVE. HURLEY AVE. FAIRMOUNT AVE. 3 9 FAIRMOUNT PARK 76R ALLEN AVE. PARK PLACE AVE. FAIRMOUNT AVE. 6TH AVE. 3 9 FAIRMOUNT PARK 76R ALLEN AVE. PARK PLACE AVE. 6TH AVE. 5TH AVE. 3 9 FAIRMOUNT PARK 77S BNSF RR JENNINGS AVE. PAGE ST. RAMSEY AVE. 3 9 FAIRMOUNT PARK 76V CAPPS ST. CANTEY ST. TRAVIS AVE. HEMPHILL ST. 3 9 FAIRMOUNT PARK 76V CAPPS ST. CANTEY ST. LIPSCOMB ST. TRAVIS AVE. 3 9 FAIRMOUNT PARK 77S CAPPS ST. CANTEY ST. HEMPHILL ST. S JENNINGS AVE. 3 9 FAIRMOUNT-PARK 77S HEMPHILL ST. JENNINGS AVE. MULKEY ST. PAGE ST. 3 9 FAIRMOUNT PARK 77S JENNINGS AVE. UPRR RR TRACK MULKEY ST. PAGE ST. 3 9 FAIRMOUNT-PARK 77S JENNINGS AVE. UPRR RR TRACK PAGE ST. RAMSEY AVE. 3 9 FAIRMOUNT PARK 76Q PARK PLACE AVE. RICHMOND AVE. 8TH AVE HURLEY AVE. 3 9 FAIRMOUNT-PARK 76Q PARK PLACE AVE. RICHMOND AVE. HURLEY AVE. FAIRMOUNT AVE. 3 9 FAIRMOUNT PARK 76R PARK PLACE AVE. RICHMOND AVE. FAIRMOUNT AVE. 6TH AVE. 3 9 FAIRMOUNT PARK 76R PARK PLACE AVE. RICHMOND AVE. 6TH AVE. 5TH AVE. 3 9 FAIRMOUNT PARK 76R PARK PLACE AVE. RICHMOND AVE. 5TH AVE S HENDERSON ST. 3 9 FAIRMOUNT PARK 77S RAMSEY AVE. PAGE ST. JENNINGS AVE. UPRR RR TRACK 3 9 FAIRMOUNT-PARK 76Z W CANTEY ST. W LOWDEN ST. TRAVIS AVE. HEMPHILL ST. 3 9 FAIRMOUNT-PARK 76Z W CANTEY ST. W LOWDEN ST. LIPSCOMB ST. TRAVIS AVE. 3 9 FAsummary reportsWley Projects 2 3 3:22 PM 7222005 m PROJECT LOCATIONS FOR ALLEY CLEARING / GRADING PILOT PROGRAM PROJECT LOCArow PR�3JET AIAME t♦Ilapsco From S#rEet To Street left Parallel St 'Right Parallel St, Unit # CD FAIRMOUNT_PARK 76Z W CANTEY ST. W LOWDEN ST. COLLEGE AVE. LIPSCOMB ST. 3 9 FAIRMOUNT PARK 77W W CANTEY ST. W LOWDEN ST. HEMPHILL ST. S JENNINGS AVE. 3 9 GLENWOOD—PARK 78J/78K ARGYLE ST S RIVERSIDE DR AVE E E ROSEDALE ST 1 8 GLENWOOD—PARK 77M ARGYLE ST. RIVERSIDE DR. AVE E AVE D 1 8 GLENWOOD PARK 77F E HATTIE ST E. LEUDA ST MISSOURI AVE KENTUCKY AVE 1 8 GLENWOOD—PARK 77F177K E. LEUDA ST E TERRELL AVE MISSOURI AVE KENTUCKY AVE 1 8 GLENWOOD—PARK 77K EVANS AVE NEW YORK AVE E TERRELL AVE E HUMBOLT ST 1 8 GLENWOOD—PARK 771- GLENWOOD PARK ARGYLE ST AVE E E ROSEDALE ST 1 8 GLENWOOD—PARK 771- ILLINOIS AVE BRANSFORD ST. HUMBOLT ST. TERRELL AVE. 1 8 GLENWOOD—PARK 77F KENTUCKY AVE NEW YORK AVE STELLA ST BESSIE ST 1 8 GLENWOOD—PARK 77F KENTUCKY AVE NEW YORK AVE BESSIE ST TUCKER ST 1 8 GLENWOOD—PARK 77F KENTUCKY AVE NEW YORK AVE TUCKER ST ANNIE ST 1 8 GLENWOOD—PARK 77F KENTUCKY AVE NEW YORK AVE ANNIE ST HATTIE ST 1 8 GLENWOOD—PARK 77K KENTUCKY AVE NEW YORK AVE E LEUDA ST E TERRELL AVE 1 8 GLENWOOD—PARK 77F KENTUCKY AVE. NEW YORK AVE. CANNON ST. HATTIE ST. 1 8 GLENWOOD—PARK 77F KENTUCKY AVE. NEW YORK AVE. LEUDA ST. CANNON ST. 1 8 GLENWOOD—PARK 77G/77H LONEY ST EXETER ST E HATTIE ST E CANNON ST 1 8 GLENWOOD—PARK 77Gf77H LONEY ST EXETER ST E CANNON ST E LEUDA ST 1 8 GLENWOOD—PARK 771177M LONEY ST EXETER ST E LEUDA ST E TERRELL AVE 1 8 GLENWOOD—PARK 77G LUXTON ST LONEY ST E HATTIE ST E CANNON ST 1 8 GLENWOOD—PARK 17G LUXTON ST LONEY ST E CANNON ST E LEUDA ST 1 8 GLENWOOD—PARK 77K NEW YORK AVE ILLINOIS AVE E TERRELL AVE E HUMBOLT ST 1 8 GLENWOOD—PARK 77K/77L NEW YORK AVE TENNESSEE AVE E LEUDA ST E TERRELL AVE 1 8 GLENWOOD—PARK 77L RAILROAD LINE LONEY ST. TERRELL AVE. LEUDA ST. 1 8 GLENWOOD PARK 77L TENNEESSEE AVE. RAILROAD LINE TERRELL AVE. LEUDA ST. 1 8 GLENWOOD—PARK 77G VIRGINIA AVE LUXTON ST E HATTIE ST E CANNON ST 1 8 GLENWOOD—PARK 77G VIRGINIA AVE LUXTON ST E CANNON ST E LEUDA ST 1 8 GLENWOOD—PARK 77G ILLINOIS AVE. TENNEESSEE AVE. BESSIE ST. STELLA ST_ 2 8 GLENWOOD—PARK 77G ILLINOIS AVE. TENNEESSEE AVE. TUCKER ST. BESSIE ST. 2 8 GLENWOOD—PARK 77G ILLINOIS AVE. TENNEESSEE AVE. ANNIE ST. TUCKER ST. 2 8 GLENWOOD—PARK 77G ILLINOIS AVE. TENNEESSEE AVE. HATTIE ST. ANNIE ST. 2 8 GLENWOOD—PARK 77G ILLINOIS AVE. TENNEESSEE AVE. CANNON ST. HATTIE ST. 2 8 GLENWOOD—PARK 77G ILLINOIS AVE. TENNEESSEE AVE. LEUDA ST. CANNON ST. 2 8 _ GLENWOOD—PARK 77F NEW YORK AVE. ILLINOIS AVE. BESSIE ST. STELLA ST. 2 8 GLENWOOD—PARK 77F NEW YORK AVE. ILLINOIS AVE. TUCKER ST. BESSIE ST. 2 8 GLENWOOD PARK 77F NEW YORK AVE_ ILLINOIS AVE. ANNIE ST. TUCKER ST. 2 8 A GLENWOOD—PARK 77F NEW YORK AVE. ILLINOIS AVE. HATTIE ST. ANNIE ST. 2 8 GLENWOOD—PARK 77F NEW YORK AVE. ILLINOIS AVE. CANNON ST. HATTIE ST. 2 8 GLENWOOD—PARK 77F NEW YORK AVE. ILLINOIS AVE. LEUDA ST. CANNON ST. 2 8 GLENWOOD PARK 77G TENNEESSEE AVE. VIRGINIA AVE. BESSIE ST. STELLA ST. 2 8 GLENWOOD—PARK 77G TENNEESSEE AVE. VIRGINIA AVE. TUCKER ST. BESSIE ST. 2 8 GLENWOOD—PARK 77G TENNEESSEE AVE. VIRGINIA AVE. ANNIE ST. TUCKER ST. 2 8 GLENWOOD PARK 77G TENNEESSEE AVE. VIRGINIA AVE. HATTIE ST. ANNIE ST. 2 8 GLENWOOD—PARK 77G TENNEESSEE AVE. VIRGINIA AVE. CANNON ST. HATTIE ST. 2 8 GLENWOOD—PARK 77G TENNEESSEE AVE. VIRGINIA AVE. LEUDA ST. CANNON ST- 8 GLENWOOD PARK 77G VIRGINIA AVE. VICKERY BLVD. BESSIE ST_ STE4Lfffijfij,4,j Ni4MA ! 8 GLENWOOD—PARK 77G VIRGINIA AVE. RAILROAD LINE TUCKER ST. 13ES jIE`j9v ����,�� a� �� ' 8 GLENWOOD—PARK 77G VIRGINIA AVE. RAILROAD LINE ANNIE ST. TU1'*001 t �' S\rI{ 6 u ' 8 FAsum nary reportsWley Project2 4 r 2&s22/2005 .0 PROJECT LOCATIONS FOR ALLEY CLEARING / GRADING PILOT PROGRAM '$11 - PRC3JECT LdCATIN NAM TR E Unit # CD Mapsrao From Street' To Sti Left Parallel St. < night Parallel St. GLENWOOD PARK 77G VIRGINIA AVE. RAILROAD LINE HATTIE ST. ANNIE ST. 2 8 GLENWOOD PARK 77L FABONS TROOST ST. PULASKI ST. HUMBOLT ST. 3 8 GLENWOOD PARK 77L FABONS TROOST ST. VERBENA ST. PULASKI ST. 3 8 GLENWOOD_PARK 77L ILLINOIS AVE BRANSFORD ST. PULASKI ST. HUMBOLT ST. 3 8 GLENWOOD_PARK 77L ILLINOIS AVE. TENNEESSEE AVE. PULASKI ST. HUMBOLT ST. 3 8 GLENWOOD_PARK 77L ILLINOIS AVE. TENNEESSEE AVE. VERBENA ST. PULASKI ST. 3 8 GLENWOOD PARK 77K NEW YORK AVE. ILLINOIS AVE. PULASKI ST. HUMBOLT ST. 3 8 GLENWOOD_PARK 77L PARK MANOR DR. GLENWOOD PARK HUMBOLT ST. TERRELL AVE 3 8 GLENWOOD_PARK 77L TROOST ST. RR TRACK HUMBOLT ST. TERRELL AVE. 3 8 GLENWOOD_PARK 77L TROOST ST. RR TRACK PULASKI ST. HUMBOLT ST. 3 8 GLENWOOD_PARK 77L TROOST ST. FREEMAN ST. VERBENA ST. PULASKI ST. 3 8 PATE AVE 78Z EMERSON ST. WIMAN DR. PATE DR. GRIGGS AVE. 1 5 PATE AVE 78Z MILLER AVE. PATE DR. COMANCHE ST. WIMAN DR. 1 5 PATE AVE 78Z MILLER AVE. PATE DR. WHITEHALL ST. COMANCHE ST. 1 5 PATE AVE 78Z MILLER AVE. PATE DR. EASTLAND ST. WHITEHALL ST. 1 5 PATE AVE 78Z WIMAN ST EASTLAND ST PATE DR GRIGGS AVE 1 5 ALLEN AVE 77P E MADDOX AVE E ALLEN AVE ARIZONA AVE SOUTH FRWY 4 8 ALLEN AVE 77K E MAGNOLIA AVE E MORPHY ST ARIZONA AVE SOUTH FRWY 4 8 ALLEN AVE 77Kl77P E MORPHY ST E MADDOX AVE ARIZONA AVE SOUTH FRWY 4 8 ALLEN AVE 77Kl77P E MORPHY ST E MYRTLE ST SOUTH FRWY MISSOURI AVE 4 8 ALLEN-AVE 77P E MYRTLE ST E MADDOX AVE SOUTH FRWY MISSOURI AVE 4 8 ALLEN-AVE 77P ELMWOOD AVE. ALLEN AVE. STEWART ST. NEW YORK AVE. 4 8 ALLEN-AVE 77P EVANS AVE PARKING LOT RICHMOND AVE. JEFFERSON AVE. 4 8 ALLEN AVE 77P EVANS AVE CROSS ALLEY E MADDOX AVE E ALLEN AVE 4 8 ALLEN-AVE 77P EVANS AVE NEW YORK AVE ELMWOOD AVE E JEFFERSON AVE 4 8 ALLEN-AVE 77P EVANS AVE NEW YORK AVE E RICHMOND AVE E BALTIMORE AVE 4 8 ALLEN AVE 77P EVANS AVE. STEWART ST. ELMWOOD AVE. ALLEN AVE. 4 8 ALLEN-AVE 77P JEFFERSON AVE. BALTIMORE AVE. SOUTH FRWY. MISSOURI AVE. 4 8 ALLEN-AVE 77P JEFFERSON AVE. BALTIMORE AVE. MISSOURI AVE. EVANS AVE. 4 8 ALLEN AVE 77K MAGNOLIA AVE. MORPHY ST. MISSOURI AVE. EVANS AVE. 4 8 ALLEN-AVE 77K MAGNOLIA AVE. MORPHY ST. SOUTH FRWY. MISSOURI AVE. 4 8 ALLEN AVE 77K MORPHY ST. MYRTLE ST. MISSOURI AVE. EVANS AVE. 4 8 ALLEN AVE 77P MYRTLE ST. MADDOX AVE. MISSOURI AVE. EVANS AVE. 4 8 ALLEN AVE 77P SOUTH FRWY EVANS AVE E MADDOX AVE E ALLEN AVE 4 8 ALLEN AVE 77P SOUTH FRWY EVANS AVE ELMWOOD AVE E JEFFERSON AVE 4 8 ALLEN AVE 77P SOUTH FRWY. EVANS AVE. ELMWOOD AVE. ALLEN AVE. 4 8 ALLEN AVE 77P STEWART ST. N-S ALLEY ELMWOOD AVE. ALLEN AVE. 4 8 AVE J 78J BEACH ST. CONNER AVE AVE H AVE G 4 8 AVE J 78K BINKLEY ST WESLEYAN ST AVE H AVE 1 4 8 AVE J 78P BINKLEY ST. WESLEYAN ST. AVE K AVE J 4 5 AVE J 78P BINKLEY ST. WESLEYAN ST. AVE L AVE K 4 5 AVE J 78K BINKLEY ST. WESLEYAN ST. AVE H AVE G 4 8 AVE J 78P BINKLEY ST. WESLEYAN ST. AVE J AVE 1 4 8 AVE J 78K CONNER AVE MCKENZIE ST. AVE H AVE G 4 8 AVE J 78J/78K CONNER AVE MCKENZIE ST AVE H AVE I 4 8 AVE J 78N/78P CONNER AVE MCKENZIE ST AVE I AVE J 4 8 FAsummary reportsW ley Projects 2 5 3:22 PM 7222005 PROJECT LOCATIONS FOR ALLEY CLEARING / GRADING PILOT PROGRAM AVE J 78P MCKENZIE ST. THRALL ST. AVE K AVE J AVE J 78P MCKENZIE ST. THRALL ST. AVE L AVE K AVE J 78K MCKENZIE ST. THRALL ST. AVE H AVE G AVE J 78K MCKENZIE ST. THRALL ST. AVE I AVE H AVE J 78P MCKENZIE ST. THRALL ST. AVE J AVE I AVE J 78J S BEACH ST CONNER AVE AVE H AVE I AVE J 78K THRALL ST BINKLEY ST AVE H AVE I AVE J 78P THRALL ST. BINKLEY ST. AVE K AVE J AVE J 78P THRALL ST. BINKLEY ST. AVE L AVE K AVE J 78K THRALL ST. BINKLEY ST. AVE H AVE G AVE J 78P THRALL ST. BINKLEY ST. AVE J AVE I 4 5 4 5 4 8 4 8 4 8 4 8 4 8 4 5 4 5 4 8 4 8 F-%summary reportsWley Projects 2 6 3:22 PM 722/2005