Loading...
HomeMy WebLinkAboutContract 60721-A3Third Amendment of CSC 60721 Page 1 of 9 THIRD AMENDMENT OF CITY SECRETARY CONTRACT NO. 60721, A NON- EXCLUSIVE MOWING AND GROUNDS MAINTENANCE SERVICES AGREEMENT FOR CITYWIDE GROUNDS MAINTENANCE BETWEEN THE CITY OF FORT WORTH AND LAWN PATROL SERVICE, INC. This THIRD AMENDMENT OF CITY SECRETARY CONTRACT NUMBER 60721 Third Amendment the CITY OF FORT WORTH -rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and LAWN PATROL SERVICE, INC. , a Texas corporation, acting by and through its duly authorized representative. WHEREAS, the City and Contractor previously entered into a non-exclusive mowing and grounds maintenance services agreement, the same being City Secretary Contract No. 60721 WHEREAS, the Agreement provided for a primary term of one year, with five (5) subsequent one-year renewal options; WHEREAS beginning on July 9, 2024; the Amendment to the Agreement added on-call maintenance in Exhibit B-1; WHEREAS the Agreement added on-call maintenance in Exhibit B-1 and pricing increases of 2.65% on all inventory; WHEREAS, the Agreement provides for on-call mowing and grounds maintenance services on either an individual or recurring basis at pricing equivalent to comparable areas; WHEREAS, the Contractor desires to provide certain on-call mowing and grounds maintenance services for the City in accordance with the terms of the Agreement and this Third Amendment; WHEREAS, the parties also desire to amend portions of Exhibit A, and Exhibit B to update Scope of Work, Definitions, and Pricing; and NOW, THEREFORE, in consideration of the mutual covenants and promises set forth herein and other good and valuable consideration, the sufficiency of which is hereby acknowledged, the City and Contractor agree to amend the Agreement as follows: Third Amendment of CSC 60721 Page 2 of 9 I. Exhibit A, Section 3.1.20 is hereby deleted in its entirety and replaced with: RIGHT-OF-WAY - Any street, roadway, alley, sidewalk or other property upon which the public has the right to travel by foot or by vehicle. A minimum of 10 feet of mowing from the curb is required unless otherwise stated on the mow map. II. Exhibit A is hereby amended to include the following after 3.1.25: 3.1.26 PARKWAY - The area of public right-of-way is located between the curb or edge of pavement and the property line. III. Exhibit A is hereby amended to include the following after 24.1: 25.0 Right-of-Way: Alley 25.1 The work covered by these specifications consists of alley maintenance services at various citywide alleys as required by established maintenance schedule. Vendor shall be responsible for removing all litter /trash regardless if it is deemed "illegal dumping", mowing all areas, grading and tree removal. Litter/trash includes, but is not limited to, plastic, cans, tires, building materials, bottles, cardboard, rags, limbs and branches, rocks, and other similar solid materials and foreign debris which are not intended to be present as part of the landscape. 25.1.1 Vendor shall mow and trim all turf areas up to four (4) cycles per year, as determined by the City. 25.2 It shall be the responsibility of the Vendor to determine the existence of, to verify locations, elevations, and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Vendor shall preserve and protect public utilities at all times. Any damage to utilities resulting from the Vendor's work shall be restored at the Vendor's expense. Should the Vendor fail to repair utilities to a condition suitable to the City, the City may repair and invoice the Vendor for all costs associated with the repairs. Third Amendment of CSC 60721 Page 3 of 9 25.3 ALLEY MAINTENANCE 25.3.1 Clearing Alley - This service applies to alleys that have dense vegetation and debris. The Vendor is responsible for removing all trash/litter/debris regardless if it is deemed "illegal dumping", all trees less than or equal to two (2) inches, per Diameter at Breast Height (DBH), stumps, bushes and shrubs. Services shall also include mowing all grasses and weeds to a height not more than three (3) inches. The height of all mowed turf shall not be less than one (1) inch. All stumps, roots, etc., shall be removed from the existing ground surface. The Vendor shall trim all trees and bushes outside the fence lines that overhang into the alley to a height of ten (10) feet above the ground back to the fence line. ALL TRIMMINGS SHALL BE REMOVED FROM THE ALLEYWAY WITHIN 24 HOURS after cleaning of alley. The unit price shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete all work. No additional charges will be accepted or paid by the City. The Vendor must complete all clearing work within stipulated days stated in work order. If the Vendor fails to complete work within stipulated days, another contract will be requested to complete the remaining work. 25.3.1.1 Equipment can only be brought to the site the day the Vendor begins work and can only be left on site if the crews are coming back the next day. Upon completion of work the equipment must be removed from site. 25.3.1.2 If for any reason the work order cannot be completed, e.g., due to rain or wet grounds, the Vendor must contact the Contract Administrator. 25.3.2 Cleaning Alley - This service applies to alleys that have been previously cleared of dense vegetation and debris. The Vendor is responsible for maintaining the alleyway. The Vendor is responsible for removing all trash/litter/debris regardless if it is deemed "illegal dumping", all trees less than or equal to two (2) inches, per Diameter at Breast Height (DBH), stumps, bushes and shrubs. Services shall also include mowing all grasses and weeds to a height not more than three (3) inches. The height of all mowed turf shall not be less than one (1) inch. All stumps, roots, etc., shall be removed from the existing ground surface. The Vendor shall Third Amendment of CSC 60721 Page 4 of 9 trim all trees and bushes outside the fence lines that overhang into the alley to a height of ten (10) feet above the ground back to the fence line. ALL TRIMMINGS SHALL BE REMOVED FROM THE ALLEYWAY WITHIN 24 HOURS after cleaning of alley. The unit price shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete all work. No additional charges will be accepted or paid by the City. The Vendor must complete all clearing work within stipulated days stated in work order. 25.3.3 Grading - The Vendor is responsible for scraping and finishing of all earthwork by blading, bulldozing, or other methods approved by the City. Alleyway shall be free of holes, ditches and other abrupt changes in elevations and irregularities of contour to prevent ponding of water and to provide drainage as directed by the City. The unit price shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete all work. No additional charges will be accepted or paid by the City. 25.3.4 Graded Crushed Stones - The stones will be used to fill low areas as directed by the City. The fill material shall be graded crushed stone. For specifications governing this item, follow standard specifications for "Flexible Base". 25.3.5 Tree Removal - The Vendor shall remove all existing trees that are greater than or equal to two (2) inches, per DBH. All stumps, roots, etc., shall be removed from the existing ground surface. ALL TRIMMINGS SHALL BE REMOVED FROM THE ALLEYWAY WITHIN 24 HOURS after cleaning of alley. Bidder shall submit a per tree unit price for this item. 25.4 PUBLIC NOTIFICATION 25.4.1 Prior to beginning maintenance on any alley, the Vendor shall prepare and hand deliver a notice/flyer of the pending maintenance to the front door of each residence or business that will be impacted by the work. The notice/flyer will be in English on one side and Spanish on the other side. All notices/flyers shall be approved by the City prior to being distributed. 25.4.2 The notice/flyer shall be hand delivered/ posted three (3) calendar days prior to beginning any work activity along each Third Amendment of CSC 60721 Page 5 of 9 street. The Vendor will not be allowed to begin maintenance on any alley until the notice/flyer is delivered to all residents of the affected area. 25.4.3 All work involved with the notification flyer shall be included in the unit price. No additional compensation will be made. 25.5 WORK NEAR HIGH VOLTAGE LINES 25.5.1 A warning sign not less than five (5) inches by seven (7) inches, painted yellow with black letters that are legible at twelve (12) feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX (6) FEET OF HIGH VOLTAGE LINES." 25.5.2 Equipment that may be operated within ten (10) feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. 25.5.3 When necessary to work within six (6) feet of high voltage electric lines, notification shall be given to the TXU Electric (TXU)/Oncor. TXU/Oncor will erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City. The Vendor shall maintain an accurate log of all such calls to TXU/Oncor and shall record action taken in each case. 25.5.3.1 The Vendor is required to make arrangements with TXU/Oncor for the temporary relocation or rising of high voltage lines at the Vendor's sole cost and expense. 25.6 MATERIAL STORAGE 25.6.1 Material shall not be stored on private property unless the Vendor has obtained written permission from property owner. The Vendor shall comply with present zoning requirements of the Third Amendment of CSC 60721 Page 6 of 9 City in the use of vacant property for storage purposes. 25.7 LITTER REMOVAL, MOWING AND TRIMMING 25.7.1 VENDOR SHALL REMOVE ALL TRASH AND LITTER REGARDLESS IF IT IS DEEMED "ILLEGAL DUMPING" FROM THE ENTIRE AREA PRIOR TO INITIATING ANY MOWING OF THE TURF AREA. Failure to remove litter/trash prior to mowing will result in the Vendor being required to return to site and remove all new litter/trash as well as all mowed litter/trash. Any papers, cans, or bottles cut or broken during maintenance operations shall be completely removed from the site immediately prior to proceeding with the maintenance of other areas. All trash and litter shall be disposed of by the Vendor at an off- site location procured by the Vendor at his/her sole expense. 25.7.2 Trees and shrubs will be trimmed along the fence line ten (10) feet high and there will be no overhanging branches or vines in the alley less than ten (10) feet above the ground. Pruning will be done in accordance with the latest revision of the American National Standards Institute (ANSI) A300 standard, which by reference is hereby made a part of these specifications. All cuts shall be made so as to preserve the health and aesthetic value of the tree. 25.7.3 To prevent "tear downs", splits, and peeling, the three (3) cut pruning method should be used on limbs that are larger than two inches. 25.7.4 All dead, diseased and storm damaged branches shall be removed. 25.8 Vendor shall use reasonable care to avoid damaging buildings, equipment and vegetation on City and private property. If the Vendor's failure to use reasonable care causes damage to any property, the Vendor shall replace or repair the damage at no expense to the City. If the Vendor fails or refuses to make such repair or replacement, the cost may be deducted from the contract price. 25.9 REMOVAL OF GRASS CLIPPINGS Third Amendment of CSC 60721 Page 7 of 9 25.9.1 Removal of cut grass from turf areas will not be required, unless otherwise specified by the Contract Administrator. Cut grass and debris that falls or it thrown by equipment upon the pavement, streets, curb, gutter, sidewalks, or adjacent properties through the action of the crew shall be removed prior to leaving the project area. 25.9.2 THE PROCESS OF BLOWING GRASS CLIPPING AND OTHER DEBRIS INTO THE ADJOINING STREET OR ROADWAY WILL NOT BE PERMITTED. Mowing should be accomplished by discharging grass away from the street, parking lot or other roadways, i.e. towards the center portion of the median or park. Should grass clippings be deposited onto the sidewalk, gutter or roadway, they must be swept and removed or blown back onto the grass in the median, traffic divider or park. Gutters, sidewalks and roadways must provide a clean surface or the appearance of being swept. This is in accordance with City Code: 12.5- 302, paragraph A: "Anything that is not storm water that goes into storm drain is an illicit discharge." Blowing of grass clippings into creeks, lakes or ponds is also prohibited. 25.10 BARRICADES 25.10.1 The Vendor shall protect construction by providing barricades and warning signs at the end of each alley. 25.11 HAZARDOUS CONDITIONS 25.12 The Vendor is required to notify the Contract Administrator immediately of any hazardous conditions and/or damage to City property IV. 1. All other terms and conditions of the Agreement remain in full force and effect except as specifically set forth in this Third Amendment. 2. All terms of this Third Amendment that are capitalized but not defined herein have the meanings assigned to them in the Agreement. Third Amendment of CSC 60721 Page 8 of 9 IN WITNESS WHEREOF,the City and Contractor have executed this Third Amendment to be effective on October 1, 2025. CITY OF FORT WORTH LAWN PATROL SERVICE, INC. By: By: Dana Burghdoff Anthony Conley Assistant City Manager President Recommended by: Dave Lewis, Director Park & Recreation Department Joel W. McKnight, Assistant Director Park & Recreation Department APPROVED AS TO FORM AND LEGALITY: ______________________________ Hye Won Kim Assistant City Attorney ATTEST: ______________________________ Jannette S. Goodall City Secretary M&C: 23-1044 (December 12, 2023) Form 1295: 2023-1094440 Contract Compliance Manager By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract including ensuring all performance and reporting requirements. Christopher Swindle Sr. Contract Compliance Specialist Third Amendment of CSC 60721 Page 9 of 9 EXHIBIT B-1 ON-CALL MOWING & LITTER SERVICES Line Description Unit of Measure - UOM Unit Price per Linear Foot 1 Clearing Alley LF $1.7097 2 Cleaning Alley LF $0.2705 3 Grading CY $55.1880 9/22/25, 3:45 PM CITY COUNCIL AGENDA Create New From This M8�C DATE: 12/12/2023 REFERENCE N O.. M&C Review **M&C 23- LOG NAME: 1044 13PITB 24-0001 CONTRACT MOWING SERVICES LSJ PARD F��T��o�7�� -��- CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Purchase Agreement with Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and Presbyterian Night Shelter of Tarrant County, Inc. for Contract Mowing Services in an Annual Amount Up to $7,900,000.00 and Authorize Five (5) One-Year Renewal Options for the Park and Recreation Department RECOMMENDATION: It is recommended that the City Council authorize execution of a purchase agreement with Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and the Presbyterian Night Shelter of Tarrant County, Inc. for contract mowing services in an annual amount up to $7,900,000.00 and authorize five (5) one-year renewal options for the Park and Recreation Department. DISCUSSION: The Park and Recreation Department approached the Purchasing Division to establish an annual agreement for contract mowing services for City owned lots, parks, facilities, rights of way, traffic dividers, and police stations. In order to procure these services, Purchasing Staff issued Invitation to Bid (ITB) No. 24-0001. The ITB consisted of detailed specifications listing the locations, frequency and quality of the mowing services to be performed. The bid was advertised in the Fort Worth Star-Telegram on October 18, 2023, October 25, 2023, November 1, 2023, and November 8, 2023. The City received 16 bids. Of the 16 bids, 5 were deemed nonresponsive for various reasons. An evaluation panel consisting of representatives from the Code Compliance and Park and Recreation Departments reviewed and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Bidders WCD Enterprises, LLC BrightView Landscape Services, Inc. Leon's Landscape Services, LLC SRH Landscapes, LLC Lawn Patrol Service Inc. Presbyterian Night Shelter of Tarrant County, Inc Prestige Worldwide Services LLC L.A.T.E. LLC d/b/a Superior Landcare Civilian Division, LLC d/b/a GI Mow Evaluation a b c d Total 14 10 11 35 71 17 13 13 0 42 14 11 11 0 35 1814140 46 18 11 15 0 44 16 13 13 0 41 15 13 10 0 38 13 10 10 0 33 18 13 13 0 44 apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 1 /3 9/22/25, 3:45 PM Best Value Criteria: M&C Review a) Contractor's References and Experience working with government/similar size organization b) Availability of resources to provide services (personnel and equipment) c) Ability to meet the City's needs d) Cost of service PaceSetter Enterprises, LLC and Faustino Castillo III did not score at least 50\% or more of the total available points for technical criteria, and were, therefore, deemed not responsive. After evaluation, the panel concluded that Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and the Presbyterian Night Shelter of Tarrant County, Inc. presented the best value for the City. Therefore, the panel recommends that Council authorize agreements with Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and the Presbyterian Night Shelter of Tarrant County, Inc. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor responses met bid specifications. Funding is budgeted the Park & Recreation Department's General Fund, Other Contractual Services account within the Police Department's General Fund, Code Compliance Department's General Fund, Other Contractual Services account within the Property Management Department's General Fund and Other Contractual Services account within the Environmental Services Department's Environmental Protection Fund as appropriated. The maximum amount allowed under this agreement will be $7,900,000.00; however, the actual amount used will be based on the need of the department and available budget. DIVERSITYAND INCLUSION (DVIN): A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN-BE, in accordance with the Business Equity Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire September 30, 2024. RENEWAL OPTIONS: The contract may be renewed for up to five (5) one-year terms at the City's option. This action does not require specific City Council approval provided that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the recommendation, funds are available in the current operating budget, as previously appropriated, in the General Fund and the Environmental Protection Fund. Prior to an expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID � � Year_ (Chartfield 2) apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 2/3 9/22/25, 3:45 PM Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: M&C Review Reginald Zeno (8517) Jesica McEachern (5804) Reginald Zeno (8517) Richard Zavala (5711) Jo Ann Gunn (8525) La'Kita Slack-Johnson (8314) ATTACHMENTS 1295 Brightview.pdf (CFW Internal) 13PITB 24-0001 CONTRACT MOVING SERVICES LSJ PARD.docx (CFW Internal) 24-0001 Form 1295 GI Mow.pdf (CFW Internal) 24-001 1295 Form PNS UpSpire.pdf (CFW Internal) 24 0001 Form1295 Leon.pdf (CFW Internal) BrightviewSAMs.pdf (CFW Internal) FID Table.xlsx (CFW Internal) Form 1295 - Signed L.A.T.E..pdf (CFW Internal) Form 1295 Certificate 101130713.pdf (CFW Internal) Form 1295 Certificate SRH.pdf (CFW Internal) Form 1295 Signed.pdf (CFW Internal) GIMowSAMs.pdf (CFW Internal) LATESAMs.pdf (CFW Internal) LawnPatrolSAMs.pdf (CFW Internal) LeonSAMs.pdf (CFW Internal) MWBE Waiver-24-0001.pdf (CFW Internal) PresbvterianSAMs.pdf (CFW Internal) PrestigeSAMs.pdf (CFW Internal) SRHSAMs.pdf (CFW Internal) WCD 1295 Form.pdf (CFW Internal) WCDSAMs.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 3/3 CERTIFICATE QF INTERESTED PARTIES FORM 1295 i�,f�. Compfete Nos. 1- a and 6 if fhPre are interested parues. OFFICE iJSE DNLY Complete Nos. 1. 2, 3. 5, and 6 d there are nn inrerested parties. CER'FIFICATIDN �F FILING 1 Name of business entity filing form, and [he city, state and cou�try uf the business entity's place Certilicate Humher: of business- 2423-i094440 Lawn Patrol Service, Inc. Fort Warth, TX United Stales aate Filed: 2 Name o go�ernmental entity or state agency t at is a party to the contract far which t e orm is 11114l2023 being fited. Ci#y Of Fort Woflh Date ACknawledged g Provide the identification number used hy the governmenEal entity or state agency to track or identify the contracS, and pro��de a descrVpeion of the services, goods, or other property to be proUided unde► the contraot, 24-Ofl01 Contrar.t Mowing 5er�ice Nature pt interest 4 Name pf IntereSted Party City. State, Cauntry (place of qusiness) {check applicabley Controlling Intermediary 5 Check anly i3 there is NO Interested Party. ❑ x 6 LJNSWORN DECLARATfON My narne is �� 4{� �Z'--' z'��'� ��(j�'�. � ��`] , and my date of birtti is �� � � � � � �� Myaddressis L3� � Yf��`��iaL'�.� ���IiC �1.�,.]v�-�'+-� �� r3 ,~/�"tr•� {slrPet� fcdy} [staleJ {ziticode} {�nuntryy ! declare under penal[y of perjury lhat the faregomg is Irue and correCt. Execuled in ►" County, 5[ate oi �� X�� , on [he �day of N�v , zo Z3. � � Smnntha [year} ignature of ai�t ed agent dF �ontracting husinPss Pnl�ty (C]eclarant; Forms pravided by Texas Ethi�s Camn�ission vwvw,ethir,s.state.[x.us Version V3_5.1Af381ah6 City Secretary’s Office Contract Routing & Transmittal Slip *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Contractor’s Name: Subject of the Agreement: M&C Approved by the Council? *Yes No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes No If so, provide the original contract number and the amendment number. Is the Contract “Permanent”? *Yes No If unsure, see back page for permanent contract listing. Is this entire contract Confidential?*Yes No If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required?* Yes No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number:If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes No Contracts need to be routed for CSO processing in the following order: (Approver) Jannette S. Goodall (Signer) Allison Tidwell (Form Filler) Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank