Loading...
HomeMy WebLinkAboutContract 42667CITY SECRETARY 4 1 A")__ CONTRACT NO. 1.\,o 'V, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THIICOPYl'Olt --COfflACToR ./ CQNJRAcTOR'S BONDING CO . --~-crtJIECRETARY __ crry MANAGER'S OFFICE --flalNEERING OIV. --TN• fllE COPY STREET SWEEPING PROGRAM -2011 AT VARIOUS LOCATIONS CITY OF FORT WORTH, TEXAS TPW PROJECT NO. RlOl-539120-020211008000 July 2011 BETSY PRICE MAYOR T.M.IDGGINS INTERIM CITY MANAGER DOUGLAS W. WIERSIG, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT GEORGE BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPA~~_,;,,, · INFRASTRUCTURE GROUP "Y~ a""*.,ono00000~J,. ,.· .... , .. i!, '* v., ~·····························~ l G.A. BEHMANESH ~ ~····\·····················,···~ f,1, -A 56244 1~: •,q;.;;:.l6'·s ~_.., ~ '"'°~;· R 12-14 -11 P12:10 IN M&CReview Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWORTII ~ COUNCIL ACTION: Approved on 10/25/2011 DATE: 10/25/2011 REFERENCE NO.: **C-25245 LOG NAME: 20ST SWEEP 2012 CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with Flagship Sweeping Services, Inc., in the Amount of $204,744.43 for the Fiscal Year 2012 Street Sweeping Program at Various Locations (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Flagship Sweeping Services, Inc., in the amount of $204,744.43 for one year, with two one-year options to renew based upon satisfactory performance for street sweeping at specified locations. DISCUSSION: In accordance with the Fiscal Year 2012 recommended budget, Staff has developed a street sweeping program to provide regularly scheduled service on a weekly, monthly or bi-monthly basis (according to the attached schedule) on select arterial streets, major collector streets and other streets with high bicycle and pedestrian activities. As-needed services will also be provided by the contract according to the agreed upon hourly rate . The Contract is for one year with two one-year options to renew, if mutually agreeable to the Contractor and the City of Fort Worth . The Contract amount will remain the same as the bid amount unless the Contractor can provide proof of increases in labor, material, insurance, etc., which exceed five percent. Payroll records and/or receipts of materials shall be submitted to the City in order to substantiate increase requests. 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 percent of the Contract award. This project was advertised for bid on July 21, 2011 and July 28, 2011 in the Fort Worth Star- Telegram. On August 18, 2011, the following bids were received : BIDDERS Flagship Sweeping Services, Inc. Sweeping Services of Texas Operating, LP. AMOUNT $204 ,744.43 $236 ,745.55 M/WBE - A waiver of the goal for M/WBE subcontracting requirements was requested by the department and approved by the M/WBE Office because the purchase of services is from sources where subcontracting or supplier opportunities are negligible. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the Operating Budget, as appropriated, of the Environmental Protection Fund. http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15987 &council date= 10/25/2011 10/31/2011 M&CReview TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Page 2 of2 FROM Fund/Account/Centers R103 539120 0204104 $204,744.43 Fernando Costa (6122) Douglas W . Wiersig (7801) George Behmanesh (7914) http://apps.cfwnet.org/council _packet/me _review.asp?ID= 15987 &council date= 10/25/2011 10/31/2011 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR STREET SWEEPING PROGRAM-2011 AT VARIOUS LOCATIONS CITY OF FORT WORTH, TEXAS TPW PROJECT NO. RlOl-539120-020211008000 July 2011 7/za(I\ GEORGE BEHMANESH, P.E. ASISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE TABLE OF CONTENTS 1. Notice to Bidders 2. Special ·instructions to Bidders 3. Prevailing Wage Rates 4 . Proposal 5. Vendor Compliance 6. Special Provisions 7. ContractorCompliance with Worker's Compensation Law 8. Certificate of Insurance 9. Equipment Schedule 10. Experience Record 11. Performance Bond 12. Payment Bond 13. Contract 14. Sample Route List 15. Street Sweeping List Sealed proposals for the following project: CITY OF.FORT WORTH, TEXAS STREET SWEEPING PROGRAM -2011 PROJECT NO. RlOl-539120-020211008000 Submit package to the City of Fort Worth, Purchasing Division, lower level of the Municipal Building, 1000 Throckmorton St, Fort Worth, Texas 76102, until l:30 P.M., Thursday, August 18, 2011 , and then publicly read aloud at 2:00 P.M ., in the Council Chambers. Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospectiv e bidders. A pre-bid conference will b e held at 9:00 A.M. Wednesday, August 3, 2011, in the Transportation and Public Works Conference Room, 2nd Floor, Municipal Building, RM 270 . For additional information, contact Tariqul Islam (817) 392-2486. T . M . HIGGINS INTERIM CITY MANAGER Advertising Dates: July 21, 2011 July 28, 2011 By: DOUGLAS WIERSIG, P .E ., DIRECTOR TRANSPORTATION & PUBLIC WORKS Tariqul Islam Project Manager, TPW SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable t6 the City of Fort Worth, in an amount of not less than 5 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 surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 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. 3. 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. 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 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, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 2486. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS - 1 - 4. AW ARD 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 and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS - 2 - 6. 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. 7. 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. 8 WAGE RA TES: All bidders will be required to comply with provision 5159a of "Vemons 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 project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Transportation and Public Works for use by the CITY OF FORT WORTH 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. 10. 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. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting 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. SPECIAL INSTRUCTIONS TO BIDDERS - 3 - D. Each insurance policy shall be endorsed to provide the City a 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 premmm. 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 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 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. 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 a non-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 company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS - 4 - "Texas resident bidder" means a bidder whose principal place of 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. 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 disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, 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 Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. 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: 1. Name of Contract 2. Name ofM/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 contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or SPECIAL INSTRUCTIONS TO BIDDERS -5 - not the M/WBE firm has been utilized . If there was no activity by an M/WBE in a particular month, place a "0" 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 M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: 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 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. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, 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 and/or examination of any books, records or files in its possession that will 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 SPECIAL INSTRUCTIONS TO BIDDERS -6- 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 process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 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". 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 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 SPECIAL INSTRUCTIONS TO BIDDERS -7 - 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 I-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 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/person's 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 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 activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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. C. The Contractor must provide a certificate of coverage to the governmental 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 SPECIAL INSTRUCTIONS TO BIDDERS - 8 - 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 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. E . 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 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. 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 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, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 SPECIAL INSTRUCTIONS TO BIDDERS - 9 - (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; (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 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 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 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. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles 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." SPECIAL INSTRUCTIONS TO BIDDERS -10 - "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. 18. 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. 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 basis of disability in the provision of services to the general public, 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. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -11 - - CITY OF FORT WORTH STREET SWEEPING · PREY Ail,ING WAGE RATES FOR 2008 Broom/Sweeper Front end Loader Truck Driver -Single Axle, Heavy Truck Driver -Singe Axle, Light Truck Driver-Tandem Axle, Semi-Trailer $9.88 $12 .62 $11.47 $10.91 $11.75 NOTE: Any classification/wage rate that is not listed must be submitted to the Engineer for approval. TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 PROPOSAL FOR: STREET SWEEPING PROGRAM -2011 PROJECT NO. RlOl-539120-020211008000 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 Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the pwpose of bidding upon and awarding the 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 (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices . 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: WEEKLY STREET SWEEPING Gutter Miles 52 cycles) MONTHLY STREET SWEEPING 2 (62 .73 GMx 12 cycles) Gutter Miles Street Sweeping on a weekly cycle, complete for the sum of: Twee t Tw ~ Dollars and f; r )' N; f"\ ~ Cents per gutter mile. Street Sweeping on a monthly cycle, complete for the sum of: f Wen ±y ·,h ree. and f i :ft)' S, x per gutter mile. P-1 Dollars Cents UM'.F .PRICE ' , , TO'F .AIJ PRICE ~ ~'. '' • ,. ,• ""C V •' ',' ........ ·,.;,./:.;o : v... 'I Bl-MONTHLY STREET SWEEPING 3 6,216 Gutter Miles (1035 .92 GM x 6 cycles) complete for the sum of: I IJQl'\ t "Y Fa '1i Dollars and T W<!:r'\ "r-1 ~evef\ Cents per gutter mile. TOTAL BID (Sum oflt~ms 1, 2 and 3) $ ct_O L\ 1 7lf Lf ~ '-\ 3 HOURLY RATES FOR UNSCHEDULED SERVICES Street Sweeper with Operator (1 Person)$ / ~5, 00 per hour. Pick up Truck with Operator (1 Person) $ 8 5 , 00 per hour. P-2 CONTRACTOR'S INFORMATION REPORT (Must be completed with Bid Proposal) The information provided herein is in conjunction with the Bid Proposal for street cleaning and sweeping services for the City of Fort Worth, Texas. If not completed, bid proposal will be considered incomplete and non-responsive and will be rejected by the City. Further requirements for the items below are included in the Special Provisions. Contractor shall not be limited to the special provision item numbers referenced; but, shall be in accordance with all of the contract documents . NAME OF BIDDER: ADDRESS: CITY /ST ATE/ZIP : CONTACT NAME: TITLE: TELEPHONE NO '11 ~ -5 7 j ·-<11o a. A. EQUIPMENT AND FACILITIES: (refer to SPECIAL PROVISIONS-Item Nos. 5A, 8,9, & lOA) 1. List the type of sweeping equipment you now own or lease. Indicate brush/vacuum as (V), mechanical as (M), regenerative air as (A) and for each equipment owned as (0) arid leased as (L). -C - LIST BALANCE OF SWEEPERS ON REVERSE SIDE P-3 2. If you become the successful bidder for cleaning and sweeping work in the City of Fort Worth, Texas, list the additional equipment that you would purchase and/or lease to perform this Contract. EQUIPMENT TO BE PURCHASED/LEASED 3. Do street sweepers have dual steering and dual brooms? Y )€S N ---- 4. Do street sweepers have two-way radio communication designed for commercial use? Y 'I e .$. N ---- 5 . Are street sweepers in accordance with state law, as such maybe amended from time to time and equipped with a front mounted safety flashing light that is visible for a minimum of one (1) mile, flash sixty ( 60) to ninety (90) times per minute, mounted for three hundred sixty (360) degree visibility and equipped w/ an N ----amber lens and a rear mounted Type B flashing arrow panel ? Y yes 6. Is your repair and yard facility at the address shown on page P-3? Y ye.s N __ _ 7. IfNO, state the address of your yard facility. ____________ _ P-4 B. FINANCIAL INFORMATION: (refer to SPECIAL INSTRUCTION TO BIDDERS Item No. 7, SPECIAL PROVISIONS-Item No. l OB, 20) 1. Are current quarterly financial statements available? Y ye S N ----- 2. Is a certified public audit available for your company's preceding fiscal year? Y :i._ N _ 3 . Have you or any stockholder of your company ever filed bankruptcy? Y __ NH__ 4. State the name, address, and contact officer of your bank.CO me..r-, C.C\. BC\nh m~, ~Oetn <;, LlC\<'~ 333 \Jes\-So.n-\-1; Cl~m.. S+. £q_1\ ~os~c;C A 95 11 3 '108 -.55 -5339 C. MUNICIPAL AND STATE SWEEPING EXPERIENCE: (refer to SPECIAL PROVISIONS-Item Nos. SB, lOC) 1. List all completed municipal and/or state sweeping contracts your company completed between January 1, 1993 and September 30, 2001. (If none, enter none) DATES OF SERVICE ESTIMATED . COMPLETION .QATF.:· 2. List all current municipal and/or state sweeping contracts your company is performing at present. (If none, enter none.) P-5 DATES. OF SERVICE CONTACT TE13EPHONE .. 'l'O $VALUE OF CONTRACT (urrt"\r 50 ~07 . :SC, io t3 '-u<'rer1 -t-75 ooo. oo a O I~ ope." D. MANAGEMENT PERSONNEL (refer to SPECIAL PROVISIONS-Item Nos. 5B, IOC) List the names and a brief description of the street sweeping experience of each of the management personnel in your company. Indicate which member of management will be directly involved with the management and supervision of the Contract. NAME: WcJe _ (t. '¥.ctY> per -0 pero..ti of\S ffio.n ~~ e., l=""e\o:yecl by f 1'\J1.'Np ~,·,oce \99"2 , NAME: S h~1.M\ she\ ttA. -m((:(l l-en~e IYICfr'lJ~" fm.f\o)'M by rlctash'~ S,"'(e. aa,q . . nl>+ L.·vn ,+~J. \-o Op ~r-,J:1\.3 , _,_P~sir, ancl mq,'nMn eice_ o~ ±h L swe.e.p, '"J D,v ,s. 1 0~ NAME: kl(Q>'\ Rowe\) -G:erw[C\\ tr\ctffljeC /.;'<&-'1 ,b,qs: bee., ;'i\ tba rn q ric,;i e.tviev1+-Pos; f,·ol" vi :H~, P-6 E. CONTRACTOR'S WORK PLAN Describe in detail how your company would perform the sw eeping work required by the specifications . Include a description of the function of all proposed equipment and personnel f.Jec,r\ &..\c:-..IA 0~ C.o"hc,c~ fj~r,\..,p :s:+s.:H: '6)1\\ ~Mc\~ Q..,, l~~ed. 1'" kw ioa:t:ec\ ~<t.f' I, cob fw:m h, ihe.. ccrros:pond r'n_s d"' verc-. . Pee 11.IL cc:,vrh·~ c...:\-: (hi $lA¢!:e/f:._) u>i\1 be c:oMpkJ,d C\.\--"lj:i,t "3rc:\ .s1',~t'~ ThtL.. Co t,'me-.5 f er -,eo..r 1./\\\ !\g,,12... 9 olQ.J,·c ... \,A O~r C\,tOr arr.A .;iit,z £/j tfl &a le .si,,ee~r I(.)''-\·\.\ g bc..c'r-up vn,·t-~. ;he, moi"H,Jy a..rtJ wera.l::-ly i'OV'te.!;;. w;u be ::,wep:\:-: u\-:1::z,o.3 sp\:± sbcft:: C.Cewc;;. t-bsJ: ffittJk mv}b'fle c.h'es pee l\,':}ht-nu~ ~l',\,:e..rs i..u.\l hf c:t~t.•y,ed QS:•"'.7 q de..k,·1~d ,:nonr~\y C\rdl. frov,c\e.J g,.\0~.9 w·:tb 6--PS Ce.p,Jrls 1-:o Thee c.vsk»ner upovr regye.s t-. TC.£& cDYnp,'Gnc.e dv111pia~ t'.t!f»dt uill be sof>pl;e J upoV\ fetcJest (Seal if Corporation) BIDDER: Flt}& '\ri \p 5we e.p, y s~"" ic.es J Tnc... Company By: Wo..c\e_ R. ~ s pe, (Please Print) Signature: ~~ jl?----- 7 Title: m Cell C-tj e..c Address : llClf t . Ds\\qs tU . ~X{) 7~os\ City State Zip This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject P-7 to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within One (1) year from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street Sweeping" as established b y the City of Fort Worth, Texas. Within fourteen (14) calendar days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The , H . ti \ · . ~ .,_,.,J;: fo .Jn·y 1 n~ attached deposit check in the sum of TCAi o hvna Cea f c?o, i ~rJ. s~vet"I twJ r,d fov rb, ,-· uollars ($ a OLl J 7 'f 4 . 4 3 ) is to become the property of the 'c ity of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. 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: Addendum No. 1 (Initials~ Addendum No. 2 (Initials)_ Addendum No. 3 (Initials)_ (Seal) A J Date: 0 8' 3 C Ji,O / ( I I END OF SECTION P-8 Respectfully submitted, ~·~ 7 By: Wti.Je R. K._q ~(?er- Address \lO'i f . l)g_\\u M . ffJ.()O Telephone: 9 7 ~-5 7'-f -9 ]OJ... VENDORCOMPLIANCETOSTATELAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders ( out-of-state contractors whose corporate offices or principal place of business are outside 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 at Texas resident bidder would be required to 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. 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: F\!j:S\i,\? Su ce f'!Y Ser11.~-l,J sc\e IC K~s e ( Company By (Please Print) l\Ol\ f .Tu;1\t!. t\.cl . #-,&aO Address 6-t-ct ()'<; ~ ; t1 e.-, fx 7 6 0~ t City/State/Zip ~~-- / Signature Title (Please Print) TIDS FORM MUST BE RETURNED WITH YOUR QUOTATION P-9 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 Issued: August 5, 2011 FOR STREET SWEEPING PROGRAM -2011 ATV ARIOUS LOCATIONS CITY OF FORT WORTH, TEXAS TPW PROJECT NO. RlOI-539120-020211008000 Prospective Bidders are hereby notified of the following revision: Section C. MUNICIPAL AND STATE SWEEPING EXPERIENCE, Item 1 of CONTRACTOR'S INFORMATION REPORT on page P-S, first paragraph will be replaced with: List all completed municipal and/or state sweeping contracts your company completed in previous ten years . (If none, enter none) Please acknowledge receipt of this addendum by inserting signed copy of same into your proposal at time of bidding. Failure to return a signed copy ofthis addendum shall be grounds of rendering the bid non-responsive. RECEIPT ACKNOWLEDGES : By:~~ tJe:dL s 17 er Title: /J2 9,1,~j e,,, By:-~_,.,,.__-=----- Tariqul Islam, Project Manager CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: STREET SWEEPING PROGRAM 2011 PROJECT NO. RlOl-539120-020211008000 1. ~ SCOPE OF WORK: The Contractor shall clean streets as noted in the subsequent paragraphs. The cleaning operation shall include, but is not limited to, all sweeping, panning, dumping, and brush pick up operations . The cleaning operation does not include the removal of waste materials in catch basins of storm sewers. Street locations are listed at the back of this document. Additional locations may be added in the sole discretion of the City. The contractor is encouraged to conduct site visits and survey all these possibilities. 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. Contract will be awarded to the lowest responsible bidder. 3. INCREASE OR DECREASE IN QUANTITIES: The City reserves the right to add, delete or substitute streets 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 (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. 4. 5. CONTRACT TERM: The contract is for one (1) year with 2 one year options to renew if mutually agreeable to the Contractor and the City of Fort Worth. The contract amount will remain the same as bid amount unless the Contractor can provide proof of increases in labor, material, insurance, etc., which exceed five (5) percent. Payroll records and/or receipts of materials shall be submitted to the City in order to substantiate increase appn?vals. 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 . METHOD OF OPERATIONS: All operations described in these specifications shall be conducted by the Contractor's personnel and the expense of all such operations shall be the Contractor's. SP-1 A. The Contractor shall provide its own equipment, labor, fuel, safety equipment and any other materials necessary to complete the required work. The Contractor shall be responsible for maintenance and repair of its own equipment and the availability, presence, competence and supervision of its employees. B. The Contractor is required to have an experienced and competent supervisor/foreman with each work group at all times, who may be a working foreman operating a street sweeper. C. There shaUbe no subcontractors used by the Contractor to fulfill any items or conditions of the Contract without the prior written consent of the City. D. No cleaning operations shall be conducted when there are climatic conditions presented or forecast that would make such an operation ineffectual or dangerous, including, but not limited to, heavy rains, ice and sleet. For the purpose ofthis Contract, the National Weather Service (NWS) shall be_the weather forecasting and reporting agency. Forecast by the NWS shall be deemed to extend for a period of only twelve (12) hours. Notwithstanding anything to . the contrary, the Transportation and Public W arks Department shall have the final decision on whether or not cleaning operations are to be performed. E. The Contractor may suspend operations if conditions are such that cleaning operations cannot be carried out in an effective manner. If suspension occurs, the Contractor shall immediately notify the Street Superintendent or his designee. F. Cleaning operations shall normally be performed between the hours of 10:00 p.m. and 7:00 a .m. excluding Friday and Saturday night. G. The Contractor shall perform all handwork required to effectuate an efficient cleaning operation. The City shall have the right to identify for the contractor those areas where handwork should be performed. 6. REMOVAL AND DISPOSAL OF DEBRIS: Removal and disposal of debris collected during the cleaning operation shall be the responsibility of the Contractor. All applicable State and local laws and ordinances related to the hauling, handling, and disposal of such material shall be complied with by the Contractor. In order to comply with Environmental Protection Agency (EPA) regulations, the City must track the amount of debris removed from the street system. The Contractor shall keep an accurate log of the weight, volume, number of truckloads and the date of disposal for all collected debris. A copy of the log information shall be submitted to the City along with each monthly invoice. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), the location of all sites where the contractor SP-2 intends to dispose of such material. Contractbr 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. 7. This Contract is governed by the two 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 Council of Governments. 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, 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. 8. EQUIPMENT AND FACILITIES: The equipment used for street cleaning shall be of sufficient type, capacity and quantity to safely and efficiently perform the work as specified. Minimum equipment for the Contract shall be the following: A. Street Sweepers: Four (4) B. Dump Trucks: Depending upon the type of sweepers used, the Contractor may require the use of one or more dump trucks. It is the Contractor's responsibility to provide these vehicles in the event the cleaning equipment requires such use. C. Adequate Support Equipment: Debris transfer vehicles, pickup trucks , service trucks, tire trucks and any other item of equipment necessary to provide cleaning . services as described in these specifications. Street sweepers used in the cleaning operation may be brush/vacuum, mechanical or regenerative air, or may be a combination of types . Either type of unit may be used, but street sweepers can be no older than SP-3 9. five (5) years, unless the equipment has been completely rebuilt within one (1) year prior to the starting date of the Contract. Upon request of the City, Contractor shall provide documentation of the age of equipment or satisfactory evidence that the equipment otherwise meets the requirements of these specifications. All street sweepers used must have a minimum capacity of four (4) cubic yards and be equipped with an adequate water system for dust control. All street sweepers must have dual steering and dual brooms . All equipment, including support equipment, must be equipped with two-way radio communication designed for commercial use . Citizen Band Radios are unacceptable . All equipment, including support equipment, that will be used by the Contractor must be listed as part of the "Work Plan" in the Contractor's Information Report. All such equipment is subject to the approval of the City. Such approval may require an on-site demonstration of the capability of any proposed sweeping equipment prior to the award of the Contract. Contractor's service facility must be located within the Metroplex at a location satisfactory to the City and be a reasonable distance from the site of the proposed work. The service facility must be adequate to insure routine maintenance and the Contractor shall be required to maintain a sufficient supply of brooms and replacement parts to insure continuous cleaning operations. All vehicles used by the Contractor must be performance worthy by visual and operational inspection. Street sweepers must be washed once per day, inclement weather excepted, and all other equipment must be washed a minimum of once per week. The City shall have the option to perform a complete inspection of all vehicles used by the Contractor at any time throughout the term of the Contract. Should any vehicle, when inspected, and in the determination of the City, not meet the standards that the City feels necessary to complete the Contract, or to operate safely, the City may require that such vehicle be brought to standard before being placed back in service . However, nothing contained herein shall impose any duty or obligation on City to inspect, discover and correct, cure or repair; or cause to be corrected, cured or repaired; any defect, malfunction or dangerous condition of Contractor's equipment as such duty or obligation is the sole responsibility of Contractor, and there is no intended third party beneficiary to this contract. SAFETY: All equipment used in the street sweeping operations shall be equipped in accordance with State law, as such may be amended from time to time, and shall be equipped with a front mounted flashing light with the following characteristics: A. Visible for a minimum of one (1) mile. B. Flash sixty (60) to ninety (90) times per minute. C. Mounted for three hundred sixty (360) degree visibility. D. Equipped with an amber lens . SP-4 Also, required is a rear mounted Type B flashing arrow panel, minimum size 30 " x 60", in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTC), latest edition. The safety of the public and the convenience of traffic shall be of prime importance, but are not third party beneficiaries to this contract. Unless otherwise provided in these specifications, all portions of all streets shall be kept open to traffic at all times throughout sweeping operations . Provisions for directing traffic will not be paid for by the City, but shall be considered as subsidiary work to the various bid items for street cleaning and sweeping services. The Contractor's equipment shall move in the same direction as traffic at all times during all cleaning and sweeping operations. 10. QUALIFICATIONS OF CONTRACTORS BIDDING: Contractors submitting bids certify to the City that they possess all of the necessary equipment, facilities, financial resources , work experience and personnel and to fulfill the terms of the Contract at the time of bid submission, or that they will have the necessary equipment within _l±_ calendar days following written notification of the City's intent to award the contract. Contractors submitting a bid must also complete the Contractor's Information Report included in the Proposal. This report must demonstrate the following: A. Satisfactory evidence that the Contractor possesses either through ownership or lease or has made arrangements to acquire all the necessary equipment as specified herein, with the certification that such equipment is not obligated for other contractual obligations within the scope of the Contractor's prior existing operations . B. Satisfactory evidence that the Contractor has adequate financial resources , experienced personnel, proper facilities and an adequate work plan to complete the work as specified. C. Satisfactory evidence that the Contractor has operated or is operating a municipal street cleaning system of the types and to the extent as outlined in the specifications and that the Contractor has successfully conducted such an operation for a period of not less than two (2) years within the last five (5) years. Failure to provide complete Contractor's Information Report with a bid will disqualify any such bid as non-responsive, and such bid will not be considered. The evaluation of bids and the determination of conformity and acceptability shall be the sole responsibility of the City. Such determination shall be based upon the information furnished by the Contractor with its bid, as well as other information that is reasonably available to the City. The City reserves the right to reject any and all bids. 11. VERIFICATION OF WORK: It shall be the responsibility of the Director of Transportation and Public W arks to guarantee the performance of the Contract in accordance with the terms and conditions of these specifications. To this end, a designee may be appointed who shall be responsible for the inspection and monitoring of the work performed under Contract. SP-5 12. NO SEPARATION OF CONTRACT DOCUMENTS: Bidder 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 Transportation and Public W arks Department. 13 . TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. The Contractor shall be responsible for providing traffic control during 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 work schedule shall be submitted for review to Mr. Charles R . Burkett, City Traffic Engineer@Sl 7- 392-8770 at least 10 working days prior to the project initiation meeting. Although work will not begin until the street use permit has been issued, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor shall limit his work within one continuous lane of traffic at a time to rrurunuze interruption to the flow of traffic. 14. LIST OF STREETS TO BE SWEPT: The Director shall provide the Contractor a Street Sweeping list which will be the basis for: A. Contractor's Cleaning Route (s): B. The City's inspection of cleaning. C. The invoicing of cleaning cycles completed; and D. Payment by the City for services rendered. Quantities of work to be performed will be determined jointly by the City and the Contractor at the project initiation meeting after award of contract. The City will inspect the Contractor's performance and report in writing any deficiency within twenty-four (24) hours after completion of work. All such deficiencies shall be corrected by the Contractor no later than 48 hours (2 days) following receipt of such notice. The inspector shall maintain a monthly log of the Contractor's completed work and will verify completion of the Contractor's work with the Contractor monthly. In addition to the stated procedure for verification of work performed as described herein, the Contractor SP-6 shall lend whatever necessary assistance the City may request with respect to verification of work performed. 15. INCLEMENT WEATHER -SAND CLEAN UP: Due to climatic conditions that occasionally exist the sanding of roads and highways may be performed by the City or others . In the ·event the City determines that sanding exceeds the normal frequencies of sweeping contained in these specifications, the City may request that the Contractor perform special sand clean up services at the hourly rate(s) bid herein. Any special sand clean up will require a Change Order to be executed. 16. DEFAULT: The Contractor shall correct all "Failure to Perform" items (i.e. a street not swept to the City's satisfaction or a street not swept at all, etc.) within two (2) days after receipt of notice of such failure (written or verbal communication) from the City. In the event the Contractor fails to correct any "Failure to Perform" item to the satisfaction of the City within the time specified, or such greater period as the City may permit, the City shall have all rights accorded by law, including the right to terminate .the Contract. All costs and attorney's fees incurred by the City in the enforcement of any provision herein or within this document shall be paid by the Contractor. If the Contractor cannot maintain an average of 200 curb miles per week, excluding "bad weather" days, the City may terminate the Contract. 17. TERMINATION: The City may, at its option, without prejudice to any other remedy available at law of in equity or otherwise under this Contract terminate further work under this Contract, in whole or in part, by giving at least thirty (30) days prior written notice thereof to Contractor with the express understanding that all services being terminated shall cease upon the date such notice is received. In such event, the Contractor shall not be entitled to damages of any nature for such termination, including but not limited to anticipated profits or consequential damages. 18. MONEY WITHHOLDING CLAUSE: When the City has reasonable grounds for believing the Contractor will be unable to perform this Contract folly and satisfactorily within the time fixed for performance; or that a meritorious claim exist or will exist against the Contractor or the City arising out of the negligence of the Contractor or the Contractor's breach of any provision of this Contract, then the City may withhold payment of any amount otherwise due and payable to the Contractor under this Contract. Any amount so withheld may be retained by the City for that period as it may deem advisable to protect the City against any loss, and the City may, after written notice to the Contractor apply such money in satisfaction of any claim( s). This provision is intended solely for the benefit of the City, and no other person or entity shall have ~y right or claim against the City by reason of the City's failure or refusal to withhold monies. No interest shall be payable by the City on any amount withheld under this provision. This provision is not intended to limit or in any way prejudice any other right of the City. 19. PAYMENT: In consideration for the provision of the above described services by the Contractor, the City agrees to pay the Contractor according to the amounts shown in the Proposal for the street sweeping services provided. On or before the tenth day of each month, the Contractor shall submit to the City an invoice. for the units of the services provided (Section 11) from the first day to the last day of the preceding month. A copy of the Route Lists for the invoiced period showing the date each street was cleaned, the total mileage for the period, initials and/or signatures of the Contractor's representative and SP-7 the Director's representative must accompany the invoice. On or before the tenth (lOt11) day of the next month, the City shall remit all sums payable to the Contractor for work performed within the time period according to the prices established in the Proposal. 20. 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. END OF SECTION SP-8 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pu rsuant to V.T.C.A. Labor Code §406 .96 (2000), as ame nded , Contractor cert ifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project Street Sweeping Program 2011 and City of Fort Worth Project No. R101-539120-020211008000. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR tl <tJa2"~P 5~e.ep i'}j Sen , c.es ; Inc. By: ~~ ~ ------/ Name: Ua.d e_. R . K~eer Title: D1 q '1ctj ( f Date: () 8' / ta 1~0 I I I 7 , . 1_ ,J _ Before me, the undersigned authority, on this day personally appeared W/M,U ~~ , known to me to be the person whose name is subscribed to the foregoing is~and acknowledQed to me that he executed the same as the act and deed of ~~ I'~ ~di for the purposes and consideration therein e~ in t7aiacity therein stated . Given Under My Hand and Seal of Office this ~ay of I)~ 20 I I IKKI McLEROY ' Notary Public in and for the Sta Texas e NIICl<l WCILLE McLEROY NOTARY PUBLIC STATE OF TEXAS • MV COMM. EXP. 12111/2014 9 - 1 NAMED INSURED: Flagship Sweeping Services, Inc. POLICY NUMBER : GL082984 7710 COMMERCIAL GENERAL LIABILITY CG 20 10 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) Thi s endorsement modifi es insurance provid ed und er the followin g: COMMERCIAL GENERAL LIABI LI TY COVERAGE PART SCHEDULE Name of Person or Organization : Name: City of Forth Worth Address: 1000 Throclanotton St. Fort Wo1th, TX 76102 (If no e ntry app e ars above, informatio n re q uired to comp lete t hi s endorsem e nt will be show n in t he Decl aratio ns as a pp li cab le to th is endorsem e nt.) WHO IS AN INSURED (Section 11) is amended to include as an in sured the person or organ iz ati on s how n in th e Schedule , but o nl y w ith respect to lia bility arisi ng out of you r ongo ing operations performed for t hat insured . Project No. RIO 1-539 120-020211008000. City of Forth Worth, its officers, employees and servants are included as Additional Ins ureds. See attached forms CG 20 10 10 93, U-CA-388-A3. CG 20 10 10 93 Copyright, Insurance Services Office , Inc., 1992 Page 1 of 1 D F lagship Sweeping Services , Inc . ~ Endorsement ZURICH Policy No . Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End . Producer Add '!. Prem Return Prem . BAP 8298 47 8 I 0 07/01/20 11 07/01/2012 $-$- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED Name of Person or Organization: IF ANY Description of Contract: WHERE REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS WHO IS AN INSURED is changed to include as an "insured" the person or organi zation named above fo r "bodily injury" or "property damage" arising out of the use of a covered "auto" while the covered "auto" is being used pursuant to a contract described in the schedule . However, the person or organization named above is an "insured " only for "bodily injury" or "prop erty dama ge" resulting from the a cts or om iss ions of: 1. You ; 2 . A ny of your employees or agents ; or 3. Any person , exce pt th e employee or agent of the pers on or organiz ation named above, op erating a covered "auto" with the permission of any of the above. C ity o f Forth Worth 1000 Throckmorton St. Fo rt Wo1t h, TX 76 102 Project No. R IO 1-539 120-0202 11 00 8000. City of Forth Worth , its officers, employees and servants are inc lu ded as Addi tio na l Ins ureds. See attached form s CG 20 10 1093, U-CA -388-A3 . U-CA-388-A3 (07-94) Page 1 of 1 EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award ~1~3 30~.(D ./ Srree.T ~~p:n5 ioo7 {> 1Lf8 \ 000.00 JOO(, ill,.,8\~.dO ~DO<o A ll..i 1 I 00 . 00 &tJ<2.e.. '"' -aoo~ List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Award Work Date of Completion $1) 4'10, 8J5 . 00 Stfe..e.. >r ~Ol~ Swe~~~"" a so J &o 7 . 3G, St-,ee.r a.o\3 S we..e.. ~, (l., $ I Y, COO . do 61~~'T ao,~ Sv> e.. e. '() ; n c; Jl59.,S97.35 Stf'e...tt. +- ~C) \l..\ Suee '{) ~ 'C\<\ List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Bond 11-1 Amount of Bond Name and Address of Owner C::.~\..y a~ \)q \\ct.s., TX- --r"OWI\ a~ Flow~r movnd ie.MS c., "-, ~ Co t-," ~h., T)< Ci "'t d&-Ca rro )\ ~o "_.'J)( Name and Address of Sure EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: ;lo\\ T::, Meo soox -· 1-hj\ du1tp ~ R~s@{'Cl\\;ve_ (\'.., -BrdOM /h;sJ~~ aco7 E\~ ~V\ EctJI~ f -H,~~ h'l""P IY\e~n,(.ct\ ~003 6\51 i n f;"c\3le.. r -f\15'h.D MP -H13h Sf~/cq,f~c,\7-lle_c.\.:.n,ce;\ ~d03 Ele,i n C=95le.. E -\.\"§hD'Vll"I (:? -µ;~ s.r~e\/cc;pctci~y -/l)edtqnj~'(.\ ~dD3 fBi>'\.. r;'\91e. F -H:<;j\.. Du'nlp-f-h&h~peed/cec.e,h:-Mec.~n,-cc.l ~00 3 Et<a ; I"\. E 1.s, le. F -~ ;4h Dunip -if.,~ s,(.~/c~(>'le-~ ~'r -rrlech~,vcq\ aao I T-ym C'O GlX} BAH -~e~el"e:r°' \ ,ve. A~r -B<'OOrY\ '1ss ic;'t' olLJOO T ym c.o GOO -fZ~er1e.<q.t ,ve. A, r Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: Alone I 11-2 ;' ' ( t \. . ' i t ,. 1 l Executed in 7 Counterparts THE STATE OF TEXAS COUNTY OF TARRANT Bond Number: SSB407715 Premium: $2,547.00 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1) Flagship Sweeping Services, Inc. Principal herein , and (2) _R_L_l _ln_s_ur_a_n_ce_C_om_pa_n_y ___________ _ as a corporation organized under the laws of the State of (3) Illinois and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and · Denton Counties, Texas, Obligee herein, in the sum of Two Hundred Four Thousand Seven Hundred Forty-Four and 43/100----------------------Dollars ($ 204,744.43 ) tor 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 25th day of October , , 20_!!, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Street Sweeping Program 2011 At Various Locatiqns (R101-539120-020211008000) NOW, THEREFORE, the condition of this obligation is such, if the said Principal st.lall faithfully perform the work in accordance with the plans, specifications, 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 ObUgee 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. 12-1 f ' \. ,/ ' i i f t J ; ~-. f ! \ l I f ; Bond Number: SSB 407715 IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 21st day of __ N_o_v_e_m_b_er _____ , 20_!!_. ATIEST: .~~ (Princip ) By:~:=======::::::::... ____ _ Name: \Ja,.,>\c\ eu£e\< Title: ~ces,c\er-.~ ; CGO (SE AL) Add g~v~r?~~X~ 5\- Witness as to rincipal ATIEST: - RLI lnsu~rance Com an SURETY ---By: __,____,..._ ______ _ ·refer to attached power of attorney Name: Yvonne Roncagliolo SP.cretary Attorney in Fact Address: 505 14th Street -Suite 1100 Oakland, Ca. 94612 Witness as to Surety Telephone Number: 510-891-0118 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. 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 date of bond shall not be prior to date of Contract. 12 - 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODI!§ 1189 .~~~~ ~~~~,~,~~ . I I I State of California } County of San Francisco On~/{-1-H/t)j.,,....,.../ ......... ·):tQ__.{_,__/ r Oatd (/ before me, Nerissa S. Bartolome. Notary Publ ic Here Insert Name and TiUe of the Officer personally appeared Yvonne Roncagliolo ---------------------------------------------------------------- Name<•> al Signer(s) a NERISSA S. BARTOLOME Commission # 1938778 j Notary Public -California f_ z San Francisco County t ~-·~ ·;· 0 0Ml sow"! [x~r:s iuf :4]%1:l Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(ji) whose name(~ is/~ subscribed to the within instrum en t and acknowledged to me that A~/she/~ executed the same in ~i6/her/thet r authorized capacity~. and that by ~iit,/her/tlallir signature~) on the instrum en t the person(s), or the entity upon behalf of wh ich the person~) acted , executed the instrum ent. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and officia l seal. (/ ' (7 /~ Signature : --~---~-__,,.~P-~------ s;gnatu ,e of Notary Public OPnONAL ~~~~~~~~~~~~ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ----------------------------- Document Date : ____ _ _____________ Number of Pages: _____ _ Signer(s) Other Than Named Above :------------------------- Capaclty(ies) Claimed by Signer(s) Signer's Name : Yvonn e RoncagU.olo-___ _ D Corporate Office r -Titl e(s): _____ _ D Indivi dual R IGHT THUMBPRINT OF SIGNER D Partne r -D Umited D General Top of thumb here IX! Attorney in Fact D Trustee D Guardian or Conservator D Other :------- Signer Is Representing : __ _ Signer's Name: ------------- 0 Co rporate Officer -Title(s): -------- 0 Individual RIGHT THUM B PRIN T OF SIG NER D Partner -D Lim ited D General Top of thumb here D Attorney in Fact D Trustee D Guardian or Conservator D Othe r: Signer Is Representing : ____ _ ·i llem 15907 RLI Surety P.O. Box 3967 I Peoria , IL 616 12-3967 Phone : (800)645 -2402 I Fax: (309)689-2036 www .rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company , an Illinois corporation, does hereby make, constitute and appoint: Mark M. Munekawa, Roge r C. D icki nson, Nancy L. Hamilton, Ro semarie Guanill, Charles R . Shoemaker, Nerissa S. Bartolome, Stan ley D . Loar, Yvonne Roncagliolo, Lawrence J. Coyn e, Joan D eLuca, Kelly Holtemann jointly o r severally . in the City of San Francisco , State of California its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknow ledge and deliver for and on its behalf as Surety, the following described ond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars ($25,000,000.00). T he acknowledgment and execution of s uch bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowle d ged by the regularly elected officers of this Company. The RLI Insurance Company further certifi es that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company , and now in force to -wit: "All bonds, policies, undertakin gs, Powers of Attorney or other obligations of the corporation sha ll be executed in the corporate name of the Comp any by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents w ho sha ll have a uthority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation . The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, t he RLI Insurance Company has caused these presents to be exec ut ed by its __ V~ic=e_P~r~e=s=id=e=n=t -with its co rporate seal affixe d this 19th day of January 2011 \''" 111111 ''' RLI I C ,,,,''~NCE 0,,,,, nsurance ompany State oflllinois County of Peoria } ss .s-~t::>~ ...•...... o~,,,, s~.-· ·-.~\ flt l co"~~~,.~ \~\ 1 ~ SEAL : E % •••• . ... j ... ~,. ············ ,,.::-',,,,,f i. L I N O \ ~,,,,,, ,,,,,, .. 1110'''' On this 19th day of January , 2011 , before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged th at he signed the a bove P ower of Attorney as the aforesaid ;i fficer of the RLI Insurance Company and acknowledged said instrument to be the vo luntary act and deed of said corporation. 0435988030/ JO Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company , a stock corporation of the State of Ill inois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as se t fonh in the Power of Attorney, is now in force . In testimony wheregf, I have hereunto set my h~ and tt seal of th f RLI In s urance Compan y this .21.tl day of OVlt1 if, Z.O l . -- RLI Insurance Company Vice President A0058707 r ! l f f \ { (. l ' \ r < ' i l Bond Number: SS840771 Premium: included in performance bond THE STATE OF TEXAS COUNTY OF TARRANT PAYMENT BOND § § § KNOW ALL BY THESE PRESENTS : That we, (1} Flagship Sweeping Services, Inc. Principal herein, and (2) _R_L_l_ln_s_u_ra_n_c_e _c_om~··:c...pa_n,.;;..y __ ~-------- as a corporatfon organized and existing under the laws of the State of(3) _lll_in_oi_s ___ _ as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tamint and Oenton Counties, Texas, Obligee herein,.·1n the amount of Two Hundred Four Thousand Seven Hundred · · Forty-Four and ·43/lOOths. Dollars($ 204,744.43 ) 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: WHEREAS, the Principal has entered into a certain written contract with the · ObUgee-dated the25~ay of October , 20..!.:!_, 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 following project: Street Sweeeing Program -2011 at Various Locations(R101-539120~020211008000) NOW, THEREFORE, THE CONDITJON 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 WffNESS WHEREOF, the duly authorized ~presentatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 28th dayof __ o_c..;_to-'-'b-'-e'-r ----• 20_11_. 13 ~ 1 f { Bond Number: SSB407715 vices, Inc. ATTEST: By:~-=-=:;..._ _____ _ ~';:t, 'P~,L (Principa!Secrtary Name: {)(("5\~cl: ; (E;D Title: \Xb\1 \d.c ~ 05e \; (SE AL) ATTEST: Address: \Of>{) floF\h fJ+h.b\-- 04\V\ ~ e. tYft: c:,s n a RLI Insurance Company SURETY refer to attached power of attorney Secretary Name: Yv e Roncagliolo Attorney in Fact ._, --. (SE AL) Address: 505 14th Street, Suite 1100 Oakland , Ca. 94612 Witness as to Surety Telephone Number: 510-891-0118 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. 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 date of bond shall not be prior to date of Contract. 13-Z CALIFORNIA ALL -PURPOSE ACKNOWLEDGMEttT C IVIL CODI! f 1189 I I I I ' I State of California } County of San Francisco On // 1 /}: 0 al• 1 />f() /I before me, ~N=e~r i=ss=a,....,S=c·-=B=a~r t=o~lo=m=e"-. ~N=o~ta=r~yc--'-P...,u"""b'"'"'li'"i"c ______ _. f;; "1J"'1' Here Insert Name and Title of the Officer personally appeared Yvo n ne Ro n cag l io lo ---------------------------------------------------------------- Name(sl of Signer(s) Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person~) whose name(~ is/oo, subscribed to the within instrument and acknowledged to me that RJii'/she/~ executed the same in bli6/her/lhair authorized capacity~. and that by ~~/her/tlaEir signature~) on the instrument the person(s), or the entity upon behalf of which the person~) acted , executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature : --~---' ___ rf __ ~----·· Signature of Notary Publ ic OPTIONAL~~~~~~~~~~~~ Though the information below is no t required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title o r Type of Document: ------------------------------ Document Date : ____ _ ·---------------Number of Pages : _____ _ Signer(s) Other Than Named Above :-------------------------- Capaclty(ies) Claimed by Signer(s) Signer 's Name : Yvonne Ronc.aglio.L~---- 0 Corporate Officer -Title(s): _____ _ D Individual D Partner -D Umited D General IXI Attorney in Fact D Trustee D Guardian or Conservator D Other : ---- Signer Is Representing : ·--·- RIGHT THUMBPRINT OF SI G NER To p of thum b here Signer's Name :------------- 0 Corporate Officer -Title(s): ------- 0 Individual RI GHT THUMBPRINT OF SI GNER D Partner -D Limited D General Top of thumb here D Attorney in Fact D Trustee D Guardian or Conservator D Other: ___ _ Signer Is Representing : ___ _ GM otv'!oi!"<;."1 i!i.<." ~~~~~" , • ~~~~~~~?.~~~~~~"<.!;<.; ~~"'Q<,~~,sa.;~l,iv'!!,r.;,, © 2010 Nationa l Nolary Association · NationalNol ary org • t-800-US NOTARY (1-800-876-6827) Item 15907 ·-----, RU Surety P.O. Box 3967 I Peoria, IL 61612-3967 Phone : (800)645-2402 I Fax: (309)689-2036 www.rlicorp .com Know A ll Men by Th ese Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed , but may be detached by the approving officer if desired. That RLI Insurance Company , an Illinois corporation, does hereby make, constitute and appoint: Mark M . Munekawa, R oger C. Dickinson, Nancy L. Hamilton, Rosemarie Guanill, Charles R. Shoemaker, Nerissa S . Bartolome, Stanley D. Loar, Yvonne Roncagliolo, Lawrence J. Coyne, Joan De Luca, Kelly Holtemann jointly or severally . in the City of San Francisco , State of California its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described ond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars ($25,000,000.00). The acknow ledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors vf RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of D irectors may auth orize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Comp any . The corporate seal is not necessary for the validity of any bonds, policies, undertakings, P owers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its _....,V'-"'i=ce......._P....,re=s=id=e=n.._t _ with its corporate seal affixed thi s 19th day of Januaty 2011 ''' 11111 "'''' RLI I C ,,,,,'~NCE 0,,,,, nsurance ompany State of Illinois ounty of Peoria } ss $-~Co~.--·· •. •,, 04J[,,, ... ~~ .. · ··.~\ !: ::; : c;of'POll.41'~ •. ~ ~ ~a:: -•-: '<~ l ~ SEAL : ~ \ ··.. . ... f ~... ············ ,.::-' ,,,,,,f, I. L I N O \ ~,,,,,, ''••11111111"' On this 19th day of January , 2011 , before me, a Notary Public , erso na ll y appeared Roy C Die , who being by me duly sworn, acknow ledged that he signed the above Power of Attorney as the aforesaid )fficer of the RLI In surance Company and acknowledged said instrument to Je the voluntary act and deed of said corporation. 0435988030//0 Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company , a stock corporation of the State of Illinois, do hereby certify that th e attached Power of Attorney is in full force and effect and is irrevocabl e; and furthermore , that the Resolution of the Company as set forth in the Power of Attorney, is now in force . In te stimony whefeof, I have hereuqto set my ~d and the seal of the RLI In s urance Company this z.ls±_ day of ov e t1,16 ~r, po It . ,.., , RLI Insurance Company Vice President A005 870 7 CITY SECRETARY 4 l_\p \b-:'.\-- CONTRACT NO ._~~---- THE STATE OF TEXAS COUNTY OF TARRANT CfTY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 25 day of October A.D., 2011 , by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by v irtue of a special charter adopted by the qualified voters within said City on the 11 th day of December, A .D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Tex a s, 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, F lags hip Sweeping Services, Inc., 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 : Street Sweeping Program -2011 at Various Locations 2. That the work herein contemplated shall consist of furnishing as an independent 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 Department of Engineering for 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 . 3 . The Contractor hereby agrees and binds himse lf to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasowa.b,l.~:Hti1:1:e1~:--a:tte'n commencement thereof and to fully complete and finish the same ready for the i~~f!l the Department of Transportation of the City of Fort Worth and the City C ,~tfc H'o f "iii e _Ci1 Worth within a period of Three Hundred Sixty Five (365) days. CITY SECRE FT. WORTH, TX rt 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 per Calendar Day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. 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 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. 6 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 any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. 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 any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. 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) s ubmits 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 for I 00 percent ( 100%) of the total contract price, and 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. 8. Said City agrees and binds itself to pay, and the said Contractor 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 Four Thousand Seven Hundred Fourty Four Dollars and Forty Three Cents ... Dollars, ($204,744.43). 9. 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 Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is clas s ified , 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 copied verbatim herein. 11. 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 THEREOF, the City of Fort Worth has caused this instrument to be signed in 7. 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 7. counterparts with its corporate seal attached. Done in Fort Worth , Texas , this the 25 day of October, A.D., 2011. APPROVAL RECOMMENDED: DJRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: CONTRACTOR Flagship Sweeping Services, Inc. BY:~~ 7 TITLE 1104 E. Dallas Road #200 Grapevine, TX 76051 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH F E RNANDO COSTA , ASST CITY MANAG E R ~ CITY SECRETARY (SE AL) /tl-.l-L C, , z_ 'f Z. lf "f lo .i<i .11 APPROVE D AS TO FORM AND LEGALITY: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ., '\ 1 , ,.~ .. ' . .. ... -----~----··· .......... ~- SWEEP IN G December 8, 2011 City of Fort Worth 1000 Throckmorton Street Fort Worth , TX 76102 RE: Corporate Resolution To Whom It May Concern, . .... ~-~-' .· -· , ... ________ ,.. __ ;,., ., ... -----·-· ....... ···---·-··· Flagship Sweep i ng Services, Inc. 11 04 Eas t Dallas Road Suit e 200 Gr a pevin e, TX 76051 RESOLVED, that this corporation, Flagship Sweeping Services, Inc., is hereby authorized to sign a binding contract with , The City of Fort Worth, hereinafter called "Customer'', such items of property upon such terms and conditions as the officer or officers hereinafter authorized in their discretion may deem necessary or advisable. RESOLVED _FURTHER, that Mr. Wade Kasper, Manager, hereinafter authorized in their discretion may deem necessary or advisable whose authorized signatures are set forth below be and they are hereby authorized , directed and empowered to execute and deliver such contracts, leases, and other documents as may be required by the Customer in connection David Pasek, President and CEO Date 12 / ~1 ?Dtl CC : File office (9721 574-97 02 fax (972) 57 4-970 3 www.flagshlpinc .c om : I ,' Align top of FedEx Express Shipping Label here. f \~j f)"\p · ··,; Swu.pinj Serv,·c:~, Inc.. l, Tf'W .:IF R \0\ -53C\ ,~o-o~Oa\\()O~ I . \ , . . Du<L d~: ot I cg ~o\\ D"e.. 11m~ ·. l : 30 P"' , Th~orld On Dme. - For FedEx Express• Shipments Only -~·. ' J ..c., -· . . . City of Fort Worth Finance Department• Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 RECEIPT OF BID Company k ame:~ ______ L;h_(..Lf.Ll ~/...!_/____:/_~...c:=:-:::.__ __________ _ , f -c rJy/ ,/ v 4 Individual Delivering: ____ ____:__ ____ _____:_ __ ~----=---- SL I Bid Title and Number: _____ __:::::___~/i'.'...J..( __ ____:_./~( c::::::../---,--~--------- / ~~ Employee Signature: -----------'-----L..-------------::-- Time and Date Received:--------------------- White Copy -Customer Yellow Copy -Management ' SAMPLE ROUTE LIST FR~M ., ~J STREET LISTING ,i,~ ~fi,.DIR. iOJ '\ TOT AL GUTTER MILES: S:p)E ' ,. NOTE: Any classification/wage rate that is not listed must be submitted to the Engineer for approval. FREQUENCY Weekly Monthly Bi-Monthly TOTAL 2011-2012 STREET SWEEPING PROGRAM SUMMARY NUMBER OF STREETS GUTTER MILES TOTAL 16 30.90 1,607 45 62 .73 753 339 1,035 .92 6,216 400 1,129.55 !TOTAL PROGRAM GUTTER MILES: ls,s1s I • ) 2011-2012 STREET SWEEPING PROGRAM WEEKLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr ARCH ADAMS ST 800 -1299 W 7TH ST -W LANCASTER AVE 76A CD Local 0.53 52 BURNETT TANDY DR 3200-3499 WR WATT DR-GENDY ST 76E CD Collector 0.73 52 CAMP BOWIE BLVD 3100 -3599 UNIVERSITY DR -MONTGOMERY ST 76A CD Major Arterial 2 .27 52 E EXCHANGE AVE 100 -699 N MAIN ST -NILES CITY BLVD 62 G SY Local 0.5 52 E LANCASTER AVE 100 -899 MAIN ST-NORTH-SOUTH FREEWAY 778 CBD Principal Arterial 0 .76 52 GENDY ST 1600-1799 BURNETT TANDY DR-HARLEY AVE 76 E CD Local 0 .22 52 HARLEY AVE 3100-3599 UNIVERSITY DR -MONTGOMERY ST 75 H CD Major Arterial 1.15 52 MONTGOMERY ST 800 -1299 W 7TH ST-CAMP BOWIE BLVD 750 CD Collector 0.48 52 MONTGOMERY ST 1300 -2699 CAMP BOWIE BLVD-WEST FWY SR WB 75M CD Minor Arterial 1.98 52 N MAIN ST 204 -4895 E BLUFF ST-NW JIM WRIGHT FWY 48T SY Major Arterial 11 .51 52 STOCKYARDS BL VD 100 -2599 N MAIN ST-E EXCHANGE AVE 62G SY Local 1.94 52 W7TH ST 1800-3099 N FOREST PARK BLVD -UNIVERSITY DR 760 CBD Major Arterial 1.82 52 W EXCHANGE AVE 100-399 N MAIN ST-CLINTON AVE 62G SY Local 0.41 52 W LANCASTER AVE 1000-3599 HENDERSON ST-CAMP BOWIE BLVD 750 CBD Major Arterial 3.95 52 W LANCASTER AVE 100 -999 MAIN ST -HENDERSON ST 760 CBD Major Arterial 2 .52 52 WR WATT DR 1600 -1699 BURNETT TANDY DR-HARLEY AVE 76E CD Collector 0.13 52 WEEKLY STREET SWEEPING -TOTAL GUTTER MILES: 30.90! LEGEND : CD= Cultural District CBD= Central Business District HSP= Hospital NE= Northeast NW= Northwest SE= Southeast SW= Southwest SY= Stockyard s TCU= Te xas Christian Uni versity Page 1 of 16 2011-2012 STREET SWEEPING PROGRAM MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr 6TH AVE 900 -1299 W TERRELL AVE -W MAGNOLIA AVE 76H HSP Local 0.67 12 8TH AVE 300 -1749 1-30 FWY -PARK PLACE AVE 76G HSP Major Arterial 2.51 12 BALLINGER ST 900 -1199 W 10TH ST -W LANCASTER AVE 760 CBD Local 0.45 12 BELLAIRE DR N 3000-3399 S UNIVERSITY DR-STADIUM DR 76W TCU Local 0.72 12 BENBROOK DR 2400 -2499 FOREST PARK BLVD -MCCART AVE 76X TCU Major Arterial 0 .16 12 CAMP BOWIE BLVD 3600-5299 MONTGOMERY ST -PREVOST ST 74M SW Major Arterial 8 12 CLIFF ST 400-799 CLINTON AVE -NW 28TH ST 62F NW Lo cal 0.64 12 CLINTON AVE 2300 -2799 NW 23RD ST -NW 28TH ST 62F NW Local 0 .85 12 COLONIAL PKWY 1500-2151 PARK PLACE AVE -ROGERS RD 76P TCU Collector 1.46 12 COLONIAL PKWY 2200-2449 ROGERS RD -PARK HILL DR 76N TCU Collecto r 1.47 12 DECATUR AVE 2300-2799 NE 23RD ST -NE 28TH ST 62H NE Collector 2.81 12 E VICKERY BLVD 2700-3699 CONNER AVE -SAYERS AVE 78K SE Collecto r 2 .01 12 E VICKERY BL VD 700-2599 IH 35W -S BEACH ST 78L SE Major Arterial 3.83 12 E VICKERY BL VD 2600-2699 S BEACH ST -CONNER AVE 78J SE Minor Arterial 0.41 12 ELLIS AVE 1400 -2799 W CENTRAL AVE-NW 28TH ST 62G SY Local 2.73 12 FOREST PARK BLVD 800-3239 I -30 FWY EB RAMP SER RD -BENBROOK DR 76T TCU Major Arterial 5.31 12 HENDERSON ST 900 -1499 W 10TH ST -WEST FWY 76 H CBD Major A rteria l 0 .88 12 JENNINGS AVE 1200 -1499 W LANCASTER AVE -W VICKERY BLVD 77A CBD Minor Arterial 0.45 12 LUBBOCK AVE 2900 -2999 W LOWDEN ST -W BOWIE ST 76X TCU Local 0 .26 12 MAIN ST 1676 -1999 W LANCASTER AVE -W VICKERY BLVD 77A CBD Principal Arterial 0.45 12 MCCART AVE 2400-3399 FOREST PARK BLVD-BENBROOK BLVD 76X TCU Major Arteria l 2 .33 12 N FOREST PARK BLVD 900 -2199 W 10TH ST -FOREST PARK IH 30 EB RAMP 76C CBD Major Arterial 4.15 12 N HOUSTON ST 2300 -2599 NW 23RD ST -NW 26TH ST 48X NW Local 0.42 12 NE 23RD ST 100 -1599 N MAIN ST -DECATUR AVE 62L SY. Collector 1.39 12 NILES CITY BLVD 2300 -2499 NE 23RD ST -E EXCHANGE AVE 62G SY Local 0.45 12 NW 23RD ST 100 -199 N MAIN ST -ELLIS AVE 62L SY Local 0.14 12 NW 25TH ST 100 -399 N MAIN ST-CLINTON AVE 62F NW Collector 0 .45 12 NW 26TH ST 100 -399 N MAIN ST-CLINTON AVE 62G SY Local 0.43 12 LEGEND: CD : Cultu ral .District CBD : Centra l Business District HSP= Hos11 ital NE= Northeast NW= North wes t SE= Southeast SW= Southwest SY= Stock~ards TCU= Texas Christian Uni versit~ Page 2 of 16 , 2011-2012 STREET SWEEPING PROGRAM MONTHLY STREET SWEEPING ' Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr PACKERS AVE 2300 -2449 NE 23RD ST-E EXCHANGE AVE 62G SY Local 0.45 12 PARK HILL DR 2400 -3699 FOREST PARK BLVD -COLONIAL PKWY 76S TCU Collector 2 .92 12 PARK PLACE AVE 1600 -2399 8TH AVE -COLONIAL PKWY 76Q TCU Collector 1.25 12 PARMER AVE 2700-2899 W CANTEY ST -W LOWDEN ST 76T TCU Local 0 .28 12 PENN ST 900 -1199 W 10TH ST-S CUL D SAC 76C CBD Local 0.44 12 ROGERS RD 2152 -2199 COLONIAL PKWY -COLONIAL PKWY 76N TCU Collector 0.24 12 S HENDERSON ST 100-335 WEST FWY -IH 30 EB HENDERSON RAMP 76 H CBD Major Arterial 0.14 12 S HENDERSON ST 336-1099 HENDERSON IH 30 EB RAMP - W ROSEDALE ST 76M CBD Min or Arterial 1.29 12 S HENDERSON ST 1100-1299 W ROSEDALE ST -W MAGNOLIA AVE 76M HSP Local 0 .32 12 SLAKE ST 900 -1299 W TERRELL AVE - W MAGNOLIA AVE 76M HSP Local 1.76 12 UNIVERSITY DR 800 -2699 W 7TH ST -IH 30 EB UNIVERSITY NB RAMP 76A CD Principal _Arteric1I 2.45 12 W7TH ST 3100-3599 UNIVERSITY DR -MONTGOMERY ST 76D CBD Collector 0.94 12 W BOWIE ST 2800 -2999 LUBBOCK AVE - S UNIVERSITY DR 76X TCU Local 0.45 12 WCANTEY ST 2800-3399 PARMER AVE -STADIUM DR 77S TCU Local 1.02 12 W TERRELL AVE 1201 -1599 S HENDERSON ST-8TH AVE 76H HSP Local 0 .74 12 W VICKERY BLVD 100 -1399 MAIN ST-W DAGGETT AVE 77E HSP Collector 1.59 12 W WILL ROGERS RD 1000 -1299 CAMP BOWIE BLVD -W LANCASTER AVE 76A CD Local 0 .62 12 MONTHLY STREET SWEEPING -TOT AL GUTTER MILES: 62.73! LEGEND : CD: Cultu ral District CBD: Central Business District HSP= Hospital NE= Northeast NW= Northwest SE= Southeast SW= Southwest SY= Stockyards TCU= Texas Christian Uni versity Page 3 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles FreqNr 6TH AVE 3500 -4849 W BIDDISON ST-W FULLER AVE 90V SW Collector 2 .98 6 8TH AVE 1750 -2799 PARK PLACE AVE -W CANTEY ST 76U SW Major Arterial 1.97 6 ACADEMY BL VD 100 -799 WHITE SETILEMENT RD -WESTPOINT BLVD 72C NW Major Arterial 5.45 6 ALTA VISTA RD 12700 -13299 N BEACH ST-ALLIANCE GATEWAY FWY BT NE Collector 1.93 6 ALT AME SA BL VD 50-5499 SOUTH FWY SR SB -GRANBURY RD 91X SW Principal Arterial 21 .2 6 ALTON RD 3300-3699 W BERRY ST-SOUTH HILLS AVE 890 SW Collector 0 .76 . 6 AMANDA AVE 1300 -2301 E ROSEDALE ST-RAMEY AVE 79J SE Collector 1.42 6 AMON CARTER BLVD 4100 -4975 TRINITY BLVD -AIRPORT FWY 56L SE Principal Arterial 3 .96 6 ANGLE AVE 2800 -3224 LINCOLN -LOVING AVE 62A NW Minor Arterial 1.7 6 ANGLE AVE 3225-4399 LOVING AVE -MARINE CREEK PKWY 47U NW Minor Arterial 6 .33 6 ASHLAND AVE 1600 -3399 CRESTLINE RD -DIAZ AVE 75G SW Collector 2 .27 6 AVEJ 2500 - 3 199 MITCHELL BLVD -VAUGHN BLVD 77R SE Collector 1.37 6 AVE J 3200 -4199 VAUGHN BLVD-MILLER AVE 79N SE Collector 2 .03 6 AZLE AVE 2000 -2399 ROOSEVELT AVE -EPHRIHAM AVE 62E NW Collector 0 .75 6 AZLE AVE 2400-3499 EPHRIHAM AVE -SHERMAN AVE 61H NW Major Arterial 2 .76 6 BAILEY AVE 100-799 WHITE SETILEMENT RD -UNIVERSITY DR 62W NW Minor Arter1 al 1.4 2 6 BASSWOOD BL VD 3000 -3699 NORTH FWY SR NB - N RIVERSIDE DR 36Q NE Major Arterial 2 .97 6 BASSWOOD BL VD 3700 -5699 N RIVERSIDE DR -DENTON HWY 36R NE Major Arterial 9 .66 6 BEACH S BEACH RAMP 100 -199 scon AVE -LUDELLE ST 78A SE Major Arterial 0.88 6 BEACH ST 100 -2099 E 1ST ST-scon AVE 78A SE Major Arterial 2.44 6 BEATY ST 6600 -7399 HANDLEY DR -SANDY LN BOG SE Collector 2.03 6 BELLAIRE DRS 3800 -4499 BELLAIRE DR W - S HULEN ST 890 TCU Major Arterial 1.76 6 BELLAIRE DR S 4500 -5099 S HULEN ST -ARBORLAWN DR 88K SW Collector 4 .19 6 BELLAIRE DRS 6180 -7799 W IH 20 -BRYANT IRVIN RD 88K SW Collector 3 .81 6 BENBROOK BL VD 2400 -3399 CLEBURNE RD -STADIUM DR 908 SW Local 4.08 6 BILGLADE RD 2400 -3699 MC CART AVE -TRAIL LAKE DR 89L SW Collector 2 .32 6 BISHOP ST 1400 -3499 E ROSEDALE ST -EMERSON ST 78U SE Collector 2.69 6 BLUEBONNET CIR 3400-3599 S UNIVERSITY DR -S UNIVERSITY DR 90A TCU Major Arterial 0 .51 6 LEGEND: CD = Cultural District CBD= Central Business District HSP= Hospital NE= Northeast NW= Northwest SE= Southeast SW= Southwest SY= Stockyards TCU= Te xas Chri stian University Page 4 of 16 , . 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles FreqNr BOCA RATON BLVD 5400 -6799 WOODHAVEN BLVD -EAST LOOP 820 66S NE Collector 3.62 6 BRADY AVE 3300 -3407 GRANBURY RD -STADIUM DR 90E SW Collector 0 .13 6 BRENTWOOD STAIR RD 4400 -6699 EDERVILLE RD S -HANDLEY DR 66W SE Major Arterial 5 .24 6 BRENTWOOD STAIR RD 6700 -7399 HANDLEY DR -SANDY LN 66X SE Minor Arterial 1.89 6 BRENTWOOD STAIR RD 7400 -8349 SANDY LN -EASTCHASE PKWY 66Y SE Minor Arterial 3.25 6 BRIDGE ST 4200 -6799 OAKLAND BL VD - E LOOP 820 FWY 66T NE Major Arterial 6.12 6 BRIDGEWOOD DR 100 -1599 RANDOL MILL RD -BRENTWOOD STAIR RD 66W NE Minor Arterial 3.12 6 BRYANT IRVIN RD 2800 -7199 W VICKERY BLVD -DIRKS RD 74Z SW Principal Arterial 19 .02 6 BRYANT IRVIN RD N 2700 -3165 CALMONT AVE° CAMP BOWIE BLVD 74M SW Collector 0 .6 6 BRYANT IRVIN RD N 3166 -5199 CAMP BOWIE BLVD-W VICKERY BLVD 74V ' SW Major Arterial 2 .69 6 BURTON HILL RD 700 -2199 DENNIS AVE -BYERS AVE 740 SW Collector 2 .28 6 BUTTONWOOD DR 7000 -7999 LONGSTRAW DR -SUMMERFIELDS BL VD 35M NE Collector 2 .56 6 CALMONT AVE 6800 -8599 LACKLAND RD -LAS VEGAS TRL 73F SW Minor Arterial 3 .87 6 CALMONT AVE 8600-8899 LAS VEGAS TRL -WEST FWY 73E SW Collector 0.83 6 CAMELOT RD 6800 -7899 AL TAMESA BL VD -SYCAMORE SCHOOL RD 104D SW Collector 1.82 6 GAMPUS DR 4000 -5799 MANSFIELD HWY -OAK GROVE RD 91H SE Principal Arterial 12 .5 6 CAREY ST 3700 -4499 E BERRY ST -WILBARGER ST 79X SE Collector 1.49 6 CAREY ST 4500 -4999 WILBARGER ST -MARTIN ST 938 SE Minor Arterial 1.35 6 CARROLL ST 100 -799 WHITE SETTLEMENT RD - W 7TH ST 62X NW Collector 1.1 6 CENTREPORT DR 3900-4099 STATLER CT -TRINITY BLVD 56U SE Collector 0 .72 6 CHAPEL CREEK BLVD 100-3087 WHITE SETTLEMENT RD -CHAPEL CREEK IH 30 58X NW Major Arterial 8 .64 6 CHAPIN RD 7400-7999 BENBROOK HWY -WILLIAMS RD 73V SW Collector 1.02 6 CHERRY LN 2600 -3399 WEST FWY SR EB-CAMP BOWIE WEST BLVD 73Q SW Minor Arterial 1.99 6 CHESSER BOYER RD 2600 -3899 N SYLVANIA AVE - N BEACH ST 63C NE Collector 2 .21 6 CIRCLE PARK BLVD 1200 -1699 GRAND AVE -NW 16TH ST 62K NW Collector 3.11 6 CLAYTON RD E 3400 -4199 CAMP BOWIE BLVD-ROWAN DR 74P SW Local 1.94 6 CLAYTON ROW 3700 -4399 FLOYD DR-ROWAN DR 74S SW Local 2.38 6 CLEBURNE RD 2800 -3399 W CANTEY ST -MCCART AVE 76U SW Major Arterial 2.54 6 LEGEND : CD -Cultural District CBD-Central Business District HSP-Hos12ital NE-Northeast NW= Northwest SE-Southeast SW-Southwest SY-Stock','.ards TCU-Texas Chri stian Universit'l Page 5 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles FreqNr CLIFF ST 800 -899 NW 28TH ST-LINCOLN AVE 62F NW Minor Arterial 0.14 6 CLOVER LN 1600 -3499 CAMP BOWIE BLVD -W VICKERY BLVD 75L SW Collector 2.5 6 CLOVERGLEN LN 7800 -8499 COUNTRY CREEK LN -CHARLESTON AVE 104N SW Collector 1.46 6 COCKRELL AVE 4300 -5199 W SEMINARY DR -SOUTHWEST LOOP 820 FWY 90S SW Collector 2.41 6 COLLIER ST 900 -1199 W 10TH ST -W LANCASTER AVE 760 CBD Local 0.44 6 COLONIAL PKWY 1500 -2449 PARK PLACE AVE -PARK HILL DR 76P SW Collector 3 .04 6 COLUMBUS TRL 3500 -5399 MCCART AVE-SUMMER CREEK DR 102M SW Collector 4 .26 6 COOKS LN 900 -1799 JOHN T WHITE RD -BRENTWOOD STAIR RD 67S NE Principal Arterial 3 .06 6 COUNTRY CREEK LN 2500 -3499 HAWKWOOD TRL-MC CART AVE 103M .NW Collector 1.53 6 CRAIG ST 5700 -7399 STARK ST-SANDY LN 79G SE Collector 3.47 6 CRENSHAW AVE 2700 -4199 MARTIN LUTHER KING FWY -MILLER AVE 78T SE Collector 2 .68 6 CRESTLINE RD 3600 -5115 MONTGOMERY ST -BRYCE AVE 75F NW Collector 3.45 6 DECATUR AVE 2800 -4099 NE 28TH ST-TERMINAL RD 48V NE Collector 3.15 6 DEEN RD 2800-4099 NE 28TH ST -TERMINAL RD 49S NW Minor Arterial 2.9 6 DILLARD ST 2500 -3799 RAMEY AVE -E BERRY ST 79P SE Collector 1.65 6 DUTCH BRANCH RD 7000 -7899 OAKMONT TRL -BRYANT IRVIN RD 88X SW Minor Arterial 2 .1 6 E 1ST ST 3500-4019 E 4TH ST -N BEACH ST 64S NE Minor Arterial 1.3 6 E 3RD ST 700-1199 TERRY ST -NICHOLS ST 63W CBD Major Arterial 0.49 6 E 4TH ST 1200 -3499 NICHOLS ST -E 1ST ST 63V NE Minor Arterial 3.18 6 E ALLEN AVE 100-1209 S MAIN ST -E ALLEN ST 77Q SE Minor Arterial 1.74 6 E ALT AME SA BL VD 50 -1499 SOUTH FWY SR NB -OAK GROVE RD 91X SE Principal Arterial 3 .92 6 E BELKNAP ST 2146 -3895 GREENWAY PARK DR -YUCCA AVE 63Q NE Major Arterial 3.47 6 E BERRY ST 200 -5799 S MAIN ST -EAST LOOP 820 SOUTH 79Z SE Collector 11 .91 6 E BERRY ST 5800 -6099 EAST LOOP 820 SOUTH -S CRAVENS RD 79Z SE Collector 0 .62 6 E BERRY ST S 2300-2598 E BERRY ST-MITCHELL BLVD 78W SE Minor Arterial 0 .91 6 E FELIX ST 100 -1099 E FELIX ST -OAK GROVE RD 91P SE Minor Arterial 1.17 6 E HATTIE ST 100 -1699 S MAIN ST-E VICKERY BLVD 77E SE Collector 2.5 6 E LANCASTER AVE 900 -7399 NORTH SOUTH FWY -SANDY LN 77A SE Principal Arterial 31 .94 6 LEGEND : CD= Cultural District CBD= Central Business District HSP= Hos12ital NE= Northeast NW= North west SE= Southeast SW= Southwest SY= Stockyards TCU = Te xas Chri stia n Universi ty Page 6 of 16 ) ) 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr E LONG AVE 100 -3899 N MAIN ST -N BEACH ST sow NE Maj or Arteria l 16.4 6 E MADDOX AVE 1237 -1699 MISSISSIPPI AVE -S RIVERSIDE DR 78N SE Minor Arte rial 0 .98 6 E MADDOX AVE 1700 -2507 S RIVERSIDE DR-MITCHELL BLVD 78N SE Collector 1.39 6 E MORNINGSIDE DR 100 -699 S MAIN ST -SOUTH FWY SR NB 77T SE Mino r Arterial 0 .71 6 E MORNINGSIDE DR 700 -899 SOUTH FWY SR NB -EVANS AVE 77T SE Collecto r 0 .2 6 E NORTHSIDE DR 100 -1899 N MAIN ST -IH 35W SB RAMP 62Q NE Major Arteria l 3 .66 6 E ROSEDALE ST 100 -799 S MAIN ST -SOUTH FWY SR NB 77K SE Prin ci pal A rteria l 1.36 6 E ROSEDALE ST 800 - 5499 SOUTH FWY SR NB -ST AL CUP RD 77J SE Ma jor Arterial 6 .4 1 6 E SEMINARY DR 100 -2999 S MAIN ST -OLD MANSF IELD RD 92J SE Princi pal A rterial 7 .21 6 E SEMINARY DR 3100 -3199 MANSFIELD HWY -WICH ITA ST 92K SE Major Arterial 0 .34 6 E TERRELL AVE 700 -1599 SOUTH FWY SR NB -LONEY ST 77K SE Collector 1.52 6 E VICKERY BLVD 100 -699 MAIN ST -IH 35 W 77E HSP Majo r Arterial 0.73 6 EASTCHASE PKWY 1000 -2099 JOHN T WHITE RD -MEADOWBROOK DR 818 NE Principal Arterial 4 .92 6 EASTLAND ST 4200 -5499 MILLER AVE -STALCUP RD 78Z SE Colle ctor · 2 .9 6 EDERVILLE RD S 1500 -2099 BRENTWOOD STAIR RD -OAKLAND BLVD 780 SE Collecto r 1.75 6 EL CAMPO AVE 3600 -5699 MONTGOMERY ST -HORNE ST 74H NW Collecto r 4.42 6 EVANS AVE 1150 -3099 E ROSEDALE ST -E BERRY ST 77K SE Minor Arterial 3 .66 6 EVANS AVE 900 -1149 E TERRELL AVE -E ROSEDALE ST 77K SE Local 0 .43 6 EVERMAN PKWY 970 -1899 SOUTH FWY -CHRISTOPHER DR 105L SE Ma j or Arterial 6 .85 6 FAA BLVD 14700 -14999 AMON CARTER BLVD-DIP LOMACY RD 56K SE Minor Arete ri al 4 .17 6 FOSSIL CREEK BLVD 3300 -4499 NORTH FWY SR NB -NBEACH ST 50A NE Majo r Art erial 5 .1 6 FRAZIER AVE 4450 -4699 W BROADUS ST - W SPURGEON ST 90L SW Lo cal 0.63 6 GLEN GARDEN DR 1200 -1899 MISSISSIPPI AVE -COBB PARK DR W 77Z SE Co ll ector . 1.4 6 GOULD AVE 1300 -2499 W NORTHSIDE DR -NW 25TH ST 62A NW Collector 3 .13 6 GRANBURY CUT OFF 6200-6385 HULEN BEND BLVD -GRANBURY RD 88 Z SW Local 0 .8 6 GRANBURY RD 3300 -7099 BENBROOK BL VD -AL TAMESA BLVD 102 0 SW Principal Arterial 14.18 6 GREAT SOUTHWEST PKWY 2350 -2599 MARK IV PKWY -NORTH FWY SR SB 49K NW Ma j or Arteri al 1.8 6 GREEN OAKS RD 1100 -2799 ALTA MERE DR -CALMONT AVE 74J SW Minor Arteri al 2.2 5 6 LEGEND : CD= Cultural District CBD = Central Business District HSP= Hos11ital NE = Northea st NW= Northwe st SE = Sou theas t SW = South wes t SY= Stock~a rd s TCU = Texas Chr istia n Uni vers it~ Page 7 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr HAMPSHIRE BLVD 3300 -4999 S COLLARD ST -HOUSE ST 78L SE Collector 3 .52 6 HANDLEY DR 1700-3199 BRENTWOOD STAIR RD-E LANCASTER AVE 66W SE Minor Arterial 3 .12 6 HARRIS PKWY 6000 -6799 OAKMONT BL VD -DUTCH BRANCH RD 88U SW Minor Arterial 1.36 6 HARTWOOD DR 2600-4499 MOCKINGBIRD LN -S HULEN ST 75V SW Collector 2 .07 6 HEMPHILL ST · 100 -5899 W VICKERY BLVD -EDGECLIFF RD 90V SW Major Arterial 11.48 6 HERITAGE TRACE PKWY 2850 -5199 NORTH FWY SR NB -RAY WHITE RD 21Z NE Major Arterial 10 .73 6 HORNE ST 2204-5099 BYERS AVE -W VICKERY BL VD 74V SW Collector 3.86 6 HUFFINES BLVD 4400 -5399 NW LOOP 820 SR WB -TEN MILE BRIDGE RD 46M NW Minor Areterial 3 .39 6 HULEN BEND BLVD 6200 -6599 S HULEN ST -OAKMONT TRL 89S SW Collector 1.19 6 HULEN PARK CIR 3600 -3799 VAL VERDE DR -CLEAR BROOK CIR 103L SW Collector 0 .75 6 HULEN PARK CIR 7900 -8199 COLUMBUS TRL -CLEAR BROOK CIR 103L SW Collector 0.71 6 HULEN ST 2050-2749 CAMP BOWIE BLVD-WEST FWY SR WB 75K SW Collector 0 .95 6 HULEN ST 2750 -4199 WEST FWY SR WB -W VICKERY BLVD 75K SW Major Arterial 2 .15 6 INWOODRD 3900 -4299 SARITA DR -SOUTH DR 89L SW Local 1.79 6 ISBELL RD 100 -1099 WHITE SETTLEMENT RD -OHIO GARDEN RD 61U NW Collector 2 .33 6 JAMES AVE 4300 -5549 W SEMINARY DR -SOUTHWEST LOOP 820 90L SW Minor Arterial 2 .56 6 JOE B RUSHING RD 2300 -3199 CAMPUS DR -WI CHITA ST 92N SE Minor Arterial 1.76 6 JOHN T WHITE RD 6800 -8653 EAST LOOP 820 -EASTCHASE PKWY 67U NE Major Arterial 10 .52 6 JOHN T WHITE RD 8654 -8699 EASTCHASE PKWY -RANDOL MILL RD 67U NE Minor Arterial 0.54 6 JOHN T WHITE RD 8700 -8899 RANDOL MILL RD -NEWPORT RD 67U NE Collector 1.17 6 KINGSWOOD DR 6100 -7299 WALLA AVE -S HULEN ST 89X SW Collector 2.86 6 LACKLAND RD 2800 -3499 CALMONT AVE -CAMP BOWIE WEST BLVD 74J SW Minor Arteria l 1.73 6 LAKE ST 900 -1199 W 10TH ST-W LANCASTER AVE 76D SW Local 0.43 6 LAS VEGAS TRL 2700 -3399 WEST FWY SR EB -CAMP BOWIE WEST BLVD 73F SW Minor Arterial 2 .78 6 LONGSTRAW DR 3700-4299 N RIVERSIDE DR-N BEACH ST 35V NE Collector 1.5 6 LOVELL AVE 3200 -3899 W VICKERY BLVD -W VICKERY BLVD 76 J SW Minor Arterial 1 6 MARINE CREEK PKWY 4400-4599 ANGLE AVE -NW JIM WRIGHT FWY 470 NW Major Arterial 1.57 6 MARINE CREEK PKWY 4700 -4998 NW LOOP 820 SR WB -NORTHWEST COLLEGE DR 478 NW Minor Arteria l 2.43 6 LEGEND : CD= Cultural District CBD= Central Bus iness District HSP= Hos12ital NE = Northeast NW= Northwest SE= Southeast SW = South west SY= Stock)lards TCU= Te xas Christian Uni ve rsitll Page 8 of 16 t 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr MARK IV PKWY 4600 -5269 MEACHAM BL VD -NORTHEAST LOOP 820 FW Y 49F NW Major Arterial 3.9 6 MARK IV PKWY 5300-6599 NE LOOP 820 SR WB -WESTERN CENTER BLVD 49F NW Major Arterial 6.17 6 MARTIN ST 3200-4899 WICHITA ST-VILLAGE CREEK RD 92F SE Collector 3.4 1 6 MARTIN ST 4900 -5399 VILLAGE CREEK RD -EAST LOOP 820 SOUTH 93F SE Minor Arterial 1.31 6 MCCART AVE 3400 -5249 CLEBURNE RD -SOUTHWEST LOOP 820 90P SW Maj o r A rt eria l 4 .65 6 MCCART AVE 5250 -8799 SOUTHWEST LOOP 820 -W RISINGER RD 10 3V SW Principal A rterial 9 .68 6 MEACHAM BL VD 1000 -2563 BLUE MOUND RD -NORTH FWY SR NB 490 NE Prin ci pal Arterial 7 .43 6 MEACHAM BLVD 2564-3899 NORTH FWY SR NB -N BEACH ST 50N NE Ma j or Arterial 5 .07 6 MEADOW CREEK DR 7490 -7799 SYCAMORE SCHOOL RD -COUNTRY CREEK LN 104J NW Collector 1.31 6 MEADOWBROOK BL VD 8500-9099 EASTCHASE PKWY -RANDOL MI LL RD 67Y SE Principal A rterial 2.54 6 MEADOWBROOK DR 2600 -4199 BEACH ST -OAKLAND BL VD 78E SE Collector 3.26 6 MEADOWBROOK DR 4200-6259 OAKLAND BLVD -E IH 820 FWY 67Y SE Lo cal 4.68 6 MEADOWBROOK DR 6260 -6599 E IH 820 FWY -HANDLEY DR 67Y SE Minor Arterial 0 .68 6 MEADOWBROOK DR 6600 -7399 HANDLEY DR -SANDY LN 67Y SE Local 2 .04 6 MERCANTILE DR 4600-4999 MEACHAM BLVD -NORTHERN CROSS BLVD 49M NE Major Arteria l 2 .62 6 MERRICK ST 2100 -2749 BRYCE AVE -WEST FWY SR WB 75E SW Collector 0 .97 6 MILAM ST 2300 -3199 MEADOWBROOK DR -E LANCASTER AVE 80B SE Collecto r 2.1 6 MILLER AVE 1000 -5499 UP RR -MANSFIELD HWY 78M SE Mi nor A rteri al 2.27 6 MISSISSIPPI AVE 1600 -3099 E MADDOX AVE -E BERRY ST 770 SE Coll ector 2.9 5 6 MITCHELL BLVD 1400 -4599 E ROSEDALE ST -COLLIN ST 928 SE Major Arte rial 5.28 6 N AYERS AVE 2500 -2699 MEADOWBROOK DR -E LANCASTER AVE 78G SE Collector 0 .4 6 N BEACH ST 100 -1299 E 1 ST ST -E BELKNAP ST 64J NE Major Arterial 2 .24 6 N BEACH ST 2800 -3699 NE 28TH ST -E LONG AVE 50W NE Principal Arterial 2 6 N BEACH ST 3600 -5299 E LONG AVE -NORTHEAST LOOP 820 36S NE Pri ncipal Arterial 8 .1 6 N BEACH ST 5300 -5799 NORTHEAST LOOP 820 -FOSSIL CREEK BLVD 36S NE Major Arterial 2 .92 6 N BEACH ST 5800 -7899 FOSSIL CREEK BLVD -WINDWILLOW CT 50A NE Prin c ipal Arterial 9.39 6 N BEACH ST 7900 -8199 WINDWILLOW CT -THOMPSON RD 36E NE Principal Arteri al 2 6 N EDGEWOOD TER 1500 -2689 MENZER ST -E LANCASTER AVE 79A SE Collector 1.79 6 LEGEND : CD= Cultural Dist rict CBD= Central Busine ss Dis trict HSP= HOS!1ital NE = Northe as t NW= North west SE= Southeas t SW = Southwes t SY= Stock ~ards TCU= Texas Ch ris tian Un iv ersit~ Page 9 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr N NORMANDALE ST 8600 -9299 S NORMANDALE ST -W NORMANDALE ST 73J SW Collector 1.8 6 N RIVERSIDE DR 100 -.2399 E 1ST ST -NE 28TH ST 63H NE Minor Arterial 4.21 6 N RIVERSIDE DR 5000-5299 NORTHERN CROSS BLVD-NE LOOP 820 35R NE Major Arterial 1.41 6 N RIVERSIDE DR 5300-5799 NORTHEAST LOOP 820 -FOSSIL CREEK BLVD 49H NE Major Arterial 2.27 6 N RIVERSIDE DR 6500-7999 STONE CREEK PKWY -OLD DENTON RD 35R NE Major Arterial 6 .75 6 N RIVERSIDE DR 7800 -7999 OLD DENTON RD -SUMMERFIELDS BLVD 35L NE Major Arterial 0.58 6 N SYLVANIA AVE 100-2799 E 1ST ST -NE 28TH ST 63U NE Minor Arterial 4.15 6 N SYLVANIA AVE 2800 -4599 NE 28TH ST -MEACHAM BLVD 49Q NE Major Arterial 6.02 6 N SYLVANIA AVE 4600-4799 MEACHAM BLVD-QUORUM DR 63Q NE Minor Areterial 1.06 6 N UNIVERSITY DR 100 -1099 WHITE SETILEMENT RD -JACKSBORO HWY 62W NW Principal Arterial 2 .71 6 NASHVILLE AVE 800-1399 E VICKERY BLVD - E ROSEDALE ST 78K SE Minor Arterial 0.87 6 NE 36TH ST 1300 -2399 DECATUR AVE -DEEN RD 48Z NW Collector 1.62 6 NORTHEAST PKWY 1000-2199 BLUE MOUND RD -SUPERIOR PKWY 49J NW Minor Areterial 2.4 6 NORTHEAST PKWY 2300 -2499 MARK IV PKWY -URBAN DR 49J Minor Areteria l 1.06 6 NORTHEAST PKWY 4900 -5149 GREAT SOUTHWEST PKWY -URBAN DR 49J NW Minor Areterial 1.5 6 NORTHERN CROSS BL VD 2600 -3899 NORTH FWY SR NB -N BEACH ST 49M NE Major Arterial 5 .1 6 NW 21ST ST 100 -2099 N MAIN ST -JACKSBORO HWY 61M NW Collecto r 2 .56 6 NW 25TH ST 400 -1699 CLINTON AVE -ROOSEVELT AVE 62E NW Collector 5 .34 6 OAKGROVERD 6400-6699 CAMPUS DR -E AL TAME SA BL VD 91Z SE Prin cipal Arterial 0.48 6 OAK GROVE RD 900 -6399 E FELIX ST -CAMPUS DR 91Z SE Minor Arterial 6.45 6 OAK HILL RD 1400 -2299 BRENTWOOD STAIR RD -MEADOWBROOK DR 790 SE Collector 1.9 6 OAKLAND BL VD 1400 -2699 BRENTWOOD STAIR RD -E LANCASTER AVE 64Z SE Minor Arterial 2.27 6 OAKMONT BL VD 6200 -7499 S HULEN ST-BRYANT IRVIN RD 88U SW Major Arterial 4 .68 6 OAKMONT BL VD 7500 -8199 BRYANT IRVIN RD -BELLAIRE DRS 88u SW Collector 1.6 6 OAKMONTTRL 6000-6799 OAKMONT BLVD -DUTCH BRANCH RD 88Z SW Minor Arterial 1.76 6 OHIO GARDEN RD 3700 -1299 JACKSBORO HWY -QUAIL TRL 61L NW Collector 1.32 6 OLD BENBROOK RD 3900 -5199 KERMIT AVE -W VICKERY BLVD 73V SW Collector 2 .55 6 OLD DENTON RD 5700 -6599 CANTRELL SANSOM RD -WESTERN CENTER BL VD 498 NW Local 1.81 6 LEGEND : CD= Cultural District CBD= Central Business District HSP= Hosgital NE= Northea st NW= Northwest SE= Southea st SW= Southwest SY= Stocklf'.ards TCU= Texas Christian Universilll Page 10 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr OLD MANSFIELD RD 2800 -4999 COBB PARK DR W -MANSFIELD HWY 92E SE Collector 4 .56 6 OVERTON PARK DR E 3000 -4099 HARTWOOD DR -ALTURA CT 89G SW Collector 3 6 OVERTON PARK DR W 3000 -3849 HARTWOOD DR-TANBARK TRL 89G SW Collector 2.51 6 OVERTON RIDGE BLVD 4800 -6499 S HULEN ST -SOUTHWEST LOOP 820 FWY 88L SW Major Arterial 6 .55 6 PARK RIDGE BLVD 3300 -3699 BENBROOK BLVD -SOUTH HILLS AVE 908 SW Collector 1.01 6 PARK VISTA BLVD 11400-12199 KELLER HICKS RD-N CAYLOR RD 36L NE Major Arterial 4.4 6 PARK VISTA BLVD 7000 -8495 S DEAD END - N TARRANT PKWY 36G NE Major Arterial 3.15 6 PENNSYLVANIA AVE 100 -1599 S MAIN ST -8TH AVE 77E HSP Minor Arterial 2.05 6 PINE ST 2300 -2689 E LANCASTER AVE-N ROW of UP RR tracks 77G SE Collector 0 .53 6 PORTALES DR 3100 -3399 S NORMANDALE ST-CAMP BOWIE WEST BLVD 73N SW Local 0 .62 6 RACE ST 2600 -3831 N SYLVANIA AVE -AIRPORT FWY 63R NE Collector 1.87 6 RAMEY AVE 4200 -6599 MILLER AVE -TRUMAN DR 80E SE Collector 5.35 6 RANDOL MILL RD 5400 -6787 WOODHAVEN BLVD-E LOOP 820 FWY 66P NE Major Arterial 7.4 6 RANDOL MILL RD 8700 -9199 JOHN T WHITE RD-MEADOWBROOK BLVD 67Z NE Minor Arterial 1.51 6 RANIER CT 4000 -4299 ALTURA CT -SOUTH DR 89G SW Collector 0.82 6 RAY WHITE RD 8500 -9499 N TARRANT PKWY -HERITAGE TRACE PKWY 22Y NE Major Arteri<JI 3 .61 6 RENZEL BLVD 3400-3799 CAMP BOWIE WEST BLVD-CHAPIN RD 73N SW Collector 0 .91 6 RIDGLEAAVE 2700 -3399 WEST FWY SR WB-CAMP BOWIE BLVD 740 SW Collector 1.38 6 RIDGMAR BLVD 1000 -6799 GREEN OAKS RD -WEST FWY SR WB 748 SW Collector 3 .2 6 RIDGMAR MEADOW RD 6800 -7099 GREEN OAKS RD -AL TA MERE DR 74A NW Local 0.61 6 RIVERSIDE DR 100 -2499 E 1ST ST-RxR UNDERPASS 77H SE Major Arterial 2 .98 6 SAYERS AVE 300-2799 E LANCASTER AVE -CRENSHAW AVE 78G SE Collector 3.1 6 S BEACH ST 300 -1899 LUDELLE ST-MITCHELL BLVD 78E SE Major Arterial 2 .04 6 SCOLLARD ST 300 -1399 E LANCASTER AVE -E ROSEDALE ST 78F SE Local 1.36 6 S EDGEWOOD TER 1300 -2399 E ROSEDALE ST-RAMEY AVE 79W SE Collector 1.38 6 S EDGEWOOD TER 2400 -3899 RAMEY AVE -EASTLAND ST 79W SE Collector 2 .06 6 S HAMPSHIRE BLVD 5100 -5899 TIERNEY RD -CANTON DR 79L SE Collector 1.76 6 S HULEN ST 2200 -2653 W VICKERY BLVD-BRIDGEVIEW DR 70 SW Major Arterial 1.67 6 LEGEND: CD= Cultural District CBD= Central Business District HSP= Hos(lital NE= Northeast NW= Northwest SE= Southeast SW= Southwest SY= Stock}'.ards TCU= Te xas Christian Uni versit,'. Page 11 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr S HULEN ST 2654 -6099 BRIDGEVIEW DR -GRANBURY RD 89S SW Principal Arterial 17.95 6 S HULEN ST 6100 -7899 GRANBURY RD -COLUMBUS TRL 103K SW Major Arterial 7.7 6 S HULEN ST 7900 -8599 COLUMBUS TRL - W RISINGER RD 89W SW Minor Areterial 3.02 6 S JENNINGS AVE 100 -1099 W VICKERY BLVD -W ROSEDALE ST 77E HSP Local 1.95 6 S JENNINGS AVE 1100 -1299 W ROSEDALE ST - W MAGNOLIA AVE 77J HSP Local 0.32 6 S MAIN ST 100 -1099 W VICKERY BLVD-W ROSEDALE ST 77E HSP Maj or Arterial 1.45 6 S MAIN ST 1100 -2699 W ROSEDALE ST - W MORNINGSIDE DR 77E HSP/SE Lo cal 2 .7 6 S NORMANDALE ST 8600-9099 LAS VEGAS TRL -W NORMANDALE ST 73N SW Collector 1.4 6 S OAKLAND BL VD 300 -999 E LANCASTER AVE -UP RR 78M SE Minor Arterial 0 .92 6 S RIVERSIDE DR 100 -3099 RxR UNDERPASS -E BERRY ST 77Z SE Major Arterial 7.87 6 S SYLVANIA AVE 100 -1699 E 1ST ST-RIVERSIDE DR 63U SE Minor Arterial 2 .67 6 S UNIVERSITY DR 1300 -3099 IH 30 EB UNIVERSITY NB RAMP -W BERRY ST 76J CD/TCU Major Arterial 5.72 6 S UNIVERSITY DR 3100 -3799 W BERRY ST -GRANBURY RD 90A SW Major Arterial 1.42 6 SAMUELS AVE 200 -2399 E BELKNAP ST -NE 23RD ST 63W NW Collector 3 .86 6 SANDSHELL BLVD 6600-7499 WESTERN CENTER BLVD -BASSWOOD BLVD 35U NE Major Arterial 3.49 6 SANDSHELL DR 3400-5699 FOSSIL CREEK BLVD-N BEACH ST 49G NE Collector 1.65 6 SANDSHELL DR 5700 -6399 FOSSIL CREEK BLVD -NORTH FWY SR NB 35Y NE Minor Arterial 1.62 6 SANDY LN 1330 -3299 EAST FWY - E LANCASTER AVE SOL SE Major Arterial 4 .26 6 SCHWARTZ AVE 2800-4099 NE 28TH ST -TERMINAL RD 48V NW Collector 3 .1 6 SHACKLEFORD ST 3900-5399 VAUGHN BLVD -MANSFIELD HWY 92G SE Collector 3 .64 6 SHERIDAN RD 6900-7899 HALLMARK DR W -SYCAMORE SCHOOL RD 105A NW Collector 1.4 6 SHIVER RD 3600 -5199 OLD DENTON RD -RAY WHITE RD 35D NE Collector 3.96 6 SILVER SAGE DR 6700 -7749 WESTERN CENTER BLVD-PREWETI RD 36P NE Collector 2 .5 6 SOUTH DR 3500 -3699 GRANBURY RD -TRAIL LAKE DR 89M SW Lo cal 0 .77 6 SOUTH DR 3700 -4787 TRAIL LAKE DR -SOUTHWEST LOOP 820 89M SW Collector 2 6 SOUTH DR 4788-5399 SOUTHWEST LOOP 820 -SOUTH DR W 89K SW Collector 1.22 6 SOUTH DRW 4600-4949 WESTHAVEN DR -S HULEN ST 89P SW Minor Arterial 1.14 6 SOUTH HILLS AVE 3400-3599 STADIUM DR -ALTON RD 890 SW Collector 0.59 6 LEGEND: CD = Cultural District CBD= Central Business District HSP= Hos11ital NE= Northea st NW= Northwest SE= Southeast SW= So uth west SY= Stock'{ards TCU= Texas Christian Uni ve rsit'{ Page 12 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr SOUTH RIDGE TER 4600 -4723 TRAIL LAKE DR -WESTCREEK DR 89M SW Collector 0.47 6 SPRINGDALE RD 2600-3899 N SYLVANIA AVE -N BEACH ST 64E NE Collector 1.83 6 STADIUM DR 2500 -3099 PARK HILL DR - W BERRY ST 76S TCU Collector 1.47 6 STADIUM DR 3275-3999 W BERRY ST -BRADY AVE 90A SW Collector 1.52 6 STALCUP RD 1400 -3799 E ROSEDALE ST -E BERRY ST 79L SE Collector 2 .9 6 STALCUP RD 3800-3899 E BERRY ST -EASTLAND ST 79Y SE Local 0 .37 6 STANLEY AVE 4400-4699 W BROADUS ST - W SPURGEON ST 90L SW Local 0 .63 6 STARK ST 2900 -2999 E LANCASTER AVE -CRAIG ST 79G SE Collector 0 .57 6 SUMMERFIELDS BLVD 3600 -3799 N RIVERSIDE DR -CANNONWOOD DR 36J NE Minor Arterial 0 .35 6 SUMMERFIELDS BLVD 3800 -4499 CANNONWOOD DR -N BEACH ST 36J NE Minor Arterial 3 .33 6 SYCAMORE SCHOOL RD 112 -1999 SOUTH FWY SR SB -W EVERMAN PKWY 104G SW Minor Arterial 2 .81 6 SYCAMORE SCHOOL RD 2000 -3999 CROWLEY RD - W CLEBURNE RD 103L SW Principal Arterial 6.76 6 SYCAMORE SCHOOL RD 4000 -5011 W CLEBURNE RD -TRAIL LAKE DR 103G SW Major Arterial 4.73 6 SYCAMORE SCHOOL RD 5012 -5298 TRAIL LAKE DR -SUMMER CREEK DR 105E SW Minor Areterial 1.95 6 TENNESSEE AVE 100 -899 PINE ST -E TERRELL AVE 77G SE Collector 1.06 6 TERMINAL RD 1000 -2599 BLUE MOUND RD -DEEN RD 49S NW Minor Arterial 3.07 6 TEXAS ST 700 -1599 CHERRY ST -PENN ST 76C CBD Major Arterial 0 .8 6 THOMPSON RD 3500 -4399 OLD DENTON RD -N BEACH ST 36E NE Collector 2 .03 6 TIERNEY RD 2300 -2699 MEADOWBROOK DR -E LANCASTER AVE 798 SE Collector 0 .66 6 TIERNEY RD 400 -1299 E LANCASTER AVE - E ROSEDALE ST 79F SE Collector 1.38 6 TIMBERLAND BLVD 11200 -12499 NORTH FWY SR NB - N BEACH ST 22C NE Major Arterial 7 .25 6 TRAIL LAKE DR 3600 -4399 SOUTH HILLS AVE -GRANBURY RD 89D SW Collector 2 .39 6 TRAIL LAKE DR 4400 -5099 GRANBURY RD-WOODWAY DR 89R SW Collector 1.85 6 TRAIL LAKE DR 5100 -7589 WOODWAY DR-SYCAMORE SCHOOL RD 89X SW Collector 7 6 TRINITY BLVD 14088 -15099 HIGHWAY 360 -FRYE RD 56P SE Principal Arterial 5 .05 6 UNIVERSITY DR 100 -799 WHITE SETTLEMENT RD -W 7TH ST 76A NW Principal Arterial 1.24 6 VAUGHN BLVD 1400 -3520 E ROSEDALE ST -WICHITA ST 78X SE Collector 2 .78 6 VEGA DR 5200 -6399 SOUTHWEST LOOP 820 FWY -AL TAME SA BL VD 89V SW Collector 3.11 6 LEGEND : co-Cultural District CBD= Central Business District HSP-Hos!lital NE -Northeast NW-Northwest SE= Southeast SW -Southwest SY= Stockyards TCU -Te xas Chri stian Uni ver sity Page 13 of 16 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr VILLAGE CREEK RD 2400 -359.9 RAMEY AVE -E BERRY ST 79p SE Collector 1.28 6 VILLAGE CREEK RD 3600 -4999 E BERRY ST -MARTIN ST 93E SE Minor Arterial 3.26 6 W 10TH ST 1500 -1599 SUMMIT AVE -PENN ST 76D CBD Local 0 .09 6 W 10TH ST 900 -1499 FLORENCE ST-SUMMIT AVE 76D CBD Major Arterial 0.53 6 WALLEN AVE 100 -699 S MAIN ST -HEMPHILL ST 77N SW Minor Arterial 0.65 6 WALLEN AVE 700 -1599 HEMPHILL ST-8TH AVE 77N SW Minor Areterial 1.43 6 WBERRY ST 100 -2999 S MAIN ST -S UNIVERSITY DR 77W SW Major Arterial 3 .97 6 WBERRY ST 3000-3799 S UNIVERSITY DR -BELLAIRE DRS 890 TCU Major Arterial 6 .1 6 W BIDDISON ST 700 -2399 HEMPHILL ST-MCCART AVE 90B SW Local 2 .44 6 W BOYCE AVE 1800 -2099 STANLEY AVE -FRAZIER AVE 90L SW Local 0.45 6 W BROADUS ST 1700 -2099 JAMES AVE -FRAZIER AVE 90L SW Local 0.63 6 W CLEBURNE RD 6800 -7899 MCCART AVE -COLUMBUS TRL 76U SW Collector 2.84 6 W EVERMAN PKWY 1300 -1899 BUTTERWICK ST -SYCAMORE SCHOOL RD 104M SW Minor Arterial 1.31 6 W EVERMAN PKWY 1900 -1999 SYCAMORE SCHOOL RD -CROWLEY RD 104G SW Principal Arterial · 0 .7 6 W FELIX ST 100 -699 W FELIX ST -HEMPHILL ST 91J SW Minor Arterial 0.61 6 W FULLER AVE 800 -1699 W FELIX ST -JAMES AVE 90J SW Local 1.48 6 W GAMBRELL ST 1700 -1799 JAMES AVE -STANLEY AVE 90L SW Local 0 .17 6 W GAMBRELL ST 2100 -2399 FRAZIER AVE -MCCART AVE 90K SW Local 0.34 6 W LONG AVE 100 -1799 N MAIN ST-NW 35TH ST 48W NW Major Arterial 4 .2 6 W LONG AVE 1900 -3599 JACKSBORO HWY -NW 35TH ST 47Z NW Major Arterial 6 6 W MAGNOLIA AVE 100 -1599 S MAIN ST-8TH AVE 76L HSP Minor Arterial 2 .1 6 W MORNINGSIDE DR 100 -699 S MAIN ST -HEMPHILL ST 77S SW Minor Arterial 0 .65 6 W NORMANDALE ST 2800 -3399 N NORMANDALE ST -CAMP BOWIE WEST BLVD 73N SW Collector 1.42 6 W NORTHSIDE DR 100 -1299 N MAIN ST -JACKSBORO HWY 62Q NW Major Arterial 1.64 6 W RISINGER RD 3500 -4399 MCCART AVE - S HULEN ST 103U SW Major Arterial 2.05 6 W ROSEDALE ST 100 -3299 S MAIN ST -PULIDO ST 76J HSP Principal Arterial 9.76 6 W ROSEDALE ST 3300 -3449 PULIDO ST -SMILEY ST 76J SW Minor Arterial 0 .57 6 W SEMINARY DR 100 -699 S MAIN ST -HEMPHILL ST 91J SW Princi pal Arterial 1.4 6 LEGEND : CD= Cultural District CBD= Central Business District HSP= Hos!lital NE= Northeast NW= Northwest SE= Southeast SW= Southwe st SY= Stock~ards TCU= Texas Chri stian Uni versi t~ Page 14 of 16 - 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Name Block Limits Street Limits Mapsco Quadrant Class Gutter Miles Freq/Yr W SEMINARY DR 700-3579 HEMPHILL ST -GRANBURY RD 91J SW Major Arterial 5 .51 6 W SPURGEON ST 1800 -2099 STANLEY AVE -FRAZIER AVE 90L SW Local 0.42 6 W VICKERY BLVD 1500-1799 SUMMIT AVE/ 8TH AVE -N 9TH AVE 76G SW Local 0.41 6 W VICKERY BLVD 1800 -6989 N 9TH AVE -CITY LIMIT 76H SW Collector 12.69 6 WALTON AVE 2600-4549 MC CART AVE -WEDGWOOD DR 90S SW Collector 4 .24 6 WEDGMONT CIR N 5200-5407 GRANBURY RD-WHITMAN AVE 89X SW · Local 0.99 6 WEDGMONT CIR S 4100 -4599 WHITMAN AVE -GRANBURY RD 89T NW Local 2 .77 6 WEILER BLVD 1400 -2299 BRENTWOOD STAIR RD-MEADOWBROOK DR 65Y NE Collector 2 .22 6 WELCH AVE 4000-6399 GRANBURY RD -ALT AME SA BL VD 89U SW Local 2 .5 6 WESLEYAN ST 800 -1399 E VICKERY BL VD -E ROSEDALE ST 78K SE Local 0 .75 6 WESTCREEK DR 4700-6499 SOUTH RIDGE TER -ALT AME SA BL VD 89M SW Collector 5.49 6 WESTDALE DR 4300-4499 SOUTH DR-S HULEN ST 89K SW Collector 1.02 6 WESTERN CENTER BL VD 1600 -1699 BLUE MOUND RD -OVERLAND ST 36W NW Local 0.45 6 WESTERN CENTER BLVD 1700-4499 OVERLAND ST -N BEACH ST 35Z NW Major Arterial 8 6 WESTPOINT BLVD 10800 -11199 AMERICAN FLYER BLVD-BASSET LOCKE DR 710 NW Local 0 .59 6 WESTPOINT BLVD 9900 -10799 ACADEMY BLVD -AMERICAN FL YER BLVD 72C NW Major Arterial 5 .05 6 WESTRIDGE AVE 3350 -5199 CAMP BOWIE BLVD -W VICKERY BLVD 74Y SW Collector 2 .84 6 WHITE SETTLEMENT RD 1600-3999 N HENDERSON ST -VIRGINIA 62Y NW Minor Arterial 3 .92 6 WHITE SETTLEMENT RD 9400-9599 S JIM WRIGHT FWY -CLIFFORD ST 58Z NW Minor Arterial 0 .61 6 WHITE SETTLEMENT RD 9600 -10199 CLIFFORD ST-N CHAPEL CREEK BLVD 58X NW Major Arterial 4 .28 6 WICHITA ST 3400 -4499 EMERSON ST-MITCHELL BLVD 78X SE Collector 1.88 6 WICHITA ST 4500 -5299 COLLIN ST -MANSFIELD HWY 92K SE Major Arterial 1.99 6 WILBARGER ST 3200 -4099 WICHITA ST -MARTIN LUTHER KING FWY 926 SE Collector 1.84 6 WILBARGER ST 4100-4139 MARTIN LUTHER KING FWY -MLK FWY 92D SE Collector 0 .17 6 WILBARGER ST 4140 -5199 MARTIN LUTHER KING FWY -CAREY ST 92D SE Minor Arterial 2.48 6 WILL ROGERS BLVD 6400 -8699 EAL TAMESA BLVD -EVERMAN PKWY 105L SE Major Arterial 7.11 6 WILLIAM FLEMING CT 4300 -4399 W SEMINARY DR - W BROADUS ST 90L SW Local 0.17 6 WILSON RD 1400 -1799 BRENTWOOD STAIR RD -JENSON RD 65Y SE Local 1.25 6 LEGEND : CD= Cultural District CBD= Central Business District HSP= Hosr;iital NE= Northeast NW= Northwest SE= Southeast SW= Southwest SY= Stockyards TCU= Texas Christian University Page 15 of 16 Street Name WOODHAVEN BLVD WOODWAY DR YUCCA AVE Block Limits 100 -1399 5400 -7099 1900-3899 2011-2012 STREET SWEEPING PROGRAM Bl MONTHLY STREET SWEEPING Street Limits Mapsco Quadrant Class RANDOL MILL RD-BRENTWOOD STAIR RD TRAIL LAKE DR -W CLEBURNE RD IH 35W NB RAMP -E BELKNAP ST 65Y 89R 63K NE SW NE Minor Arterial Collecto r Collector BI-MONTHLY STREET SWEEPING -TOT AL GUTTER MILES: Gutter Miles Freq/Yr 1 .53 5.41 6.23 1,035.921 6 6 6 LEGEND : CD= Cultural District CBD= Central Business District HSP= Ho spital NE= Northeast NW= North west SE= South east SW= South west SY= Stockyards TCU= Tex as Chri stian Un iv ers ity Page 16 of 16