Loading...
HomeMy WebLinkAboutContract 34769. . , . CITY SECRETARY~"(,/1 ii111comot CONTRACT NO . ~ I J.tl comv.cm1 ' ~RACiOR'S &ONDING SPECIFICATIONS AND CONTRACT DOCUMENT~CITVSECRETARY FOR CITY MANAG£R'S omcE ENGINEERING OIV. -- BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21) PROJECT NO. GS93-020930260730 IN THE CITY OF FORT WORTH, TEXAS AUGUST 2006 --T/PW -FILE COPY MIKE MONCRIEF MAYOR CHARLES R. BOSWELL CITY MANAGER ROBERT GOODE, PE DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION & PUBLIC WORKS DEPARTMENT INFRASTRUCTURE DIVISION U1-l6 -()'1,>1)5 :57 ~CVJ ' City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/12/2006 -Ordinance No. 17306-12-2006 DATE. Tuesday, December 12, 2006 LOG NAME: 20BRG/PNT06-21 SUBJECT: REFERENCE NO.: **C-21875 Authorize Execution of Contract with Gibson & Associates, Inc., for Bridge Repainting at Various Locations (2006-21) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Ad h pt the attached appropriation ordinance increasing estimated receipts and appropriations in the Contract Street Maintenance Fund in the amount of $382,900 from Gas Lease funds; and 2. Au thorize the City Manager to execute a contract with Gibson & Associates, Inc. in the amount of $382,900 for 80 working days for Bridge Repainting at Various Locations (2006-21 ). DISCUSSION: Natural Gas Drilling royalties have been collected from gas well leases located on City right of ways and are recorded in the Contract Street Maintenance Fund to supplement the Contract Street Maintenance Program. In the FY2005-2006 Contract Street Maintenance Program, additional funds are required for bridge maintenance. Staff is recommending appropriation from the Natural Gas Drilling royalties to provide for this additional need . The City has various types of maintenance techniques used to maintain the City's street network, including bridges. This project will include painting steel members , handrails , and tops of bents at six bridges in the C ity . Painting the steel members and handrails of bridges inhibits rusting of the steel members and prolongs the structure's life . Sealing and painting the tops of the bridges bents prevents water from infiltrating the concrete and causing it to deteriorate. This project provides for repainting the following bridges : Bridge East Seminary Drive (East bound) West Long Avenue (East bound) West Long Avenue (West bound) North University Drive (North bound) South University Drive (North bound) South University Drive (South bound) Over Sycamore Creek Marine Creek Marine Creek West Fork Trinity River Clear Fork Trinity River Clear Fork Trinity River 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 perce contract award. Of?fCJ~! l~C@i~ Clll ~~tlH~~y rr. W©~m. r~x . .__---------------------~-~------------·~- This project was advertised on August 24 and 31, 2006 in the Commercial Recorder . On September 28 , 2006 , the following bids were received : Bidders Gibson & Associates , Inc . Texas Bridge Partners , LP. Allied Builders , Inc . Amount $382 ,900 .00 $565 ,300 .00 $684 ,300.00 Gibson & Associates, Inc. is in compliance with the City's MWBE Ordinance by committing to 10 percent MWBE participation . The City's goal on this project is 10 percent. This project is located in COUNCIL DISTRICTS 2, 8, and 9. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of the above recommendations and adoption of the attached appropriation ordinance , funds will be available in the current capital budget , as appro priated , of the Contract Street Maintenance Fund. TO Fund/Account/Centers Ll GS93 446100 020930576010 Ll GS93 446200 020930576010 1J GS93 446300 020930576010 Ll GS93 446600 020930576010 Ll GS93 541200 020930576010 71 984 .80 $173 ,966 .56 $136 ,918 .74 $29.90 $382 ,900 .00 Submitted for City Manager's Office by: O rigi pating Department Head: Additional Information Contact: FROM Fund/Account/Centers D GS93 541200 020930260730 Marc Ott (84 76) Robert Goode (7804) George Behmanesh (7914) 382 900 .00 if O : TELEFAX COVER SHEET Blastco Texas, Inc G ibson & Associates N .G. Pa inti ng , L.P . KTA-TATOR , Inc. H & W Industrial Services, Inc . Sm ith 's Painting Allied Builders Inc. Texas Bridge Partners , L.P . Escamilla Construction F & M Services FAX 281-590-3234 FAX 972-557-1552 FAX 830-792-4968 FAX 512-990-0214 FAX 903-757-7857 FAX 972-721-1393 FAX 972-224-8784 FAX 281-441-8916 FAX 817-330-0304 FAX FROM : Julie Westerman, Project Manager Office: 817-392-2486 SUBJECT: Addendum No. 1 Bridge Repair & Repainting at Various Locations (2006-21) GS93/020930260730 Bid Opening Date: September 28, 2006 Addendum Issued : September 21, 2006 Total Pages: 24 ADDENDUM NO. 1 The following clarifications and changes to the Contract Documents should be noted by all prospective bidders : 1. WORKING DAYS Contractor may work on weekends and at night , if arranged and approved by Inspector. 2. LANE CLOSURES Due to the volume of traffic on all of the bridges , no lane closures will be allowed from 7am -9am and 4pm -6pm on weekdays. 1 3. PAY ITEM NO. 2 -CLEAN, PRIME, AND PAINT STEEL SUPERSTRUCTURE (Pg 8-10) Existing paint on all structures contains lead. Appropriate measures should be taken to contain lead during surface preparation . Surface preparation includes power washing primarily , however there may be some minor hand cleaning necessary. 4. SELECTED CONSTRUCTION PLAN SHEETS (Appendix A) The plan sheets for the S University Dr bridges were inadvertently left out of the contract documents. Sheets are attached (22 sheets total). You may request to have these sheets e-mailed to you (6MB file size) by e-mailing jul ie .westerman@fortworthgov.org. 2 S University Dr SB at West Fork Trinity (Original Bridge) --------~-. ----·--"'ti'\.• .. _\. l~!t~$~£i r J"~~#s !,en-, J r " ! ' : . S University Dr SB at West Fork Trinity (Original Bridge) / r i , I I !, I ~e·· _ _:____:_.:___...:..__...:.._ __ __:. ___ ____: _ _:_ __ _:_ ___ ,.,--::___:_ _ _:._ __ .:___. __ .:___-.--.-:::~c::..'· -----------:------:-----:-1 '·~i ·.-'i I S University Dr SB at West Fork Trinity (Original Bridge) .I ~--Pl•I• S University Dr SB at West Fork Trinity (Original Bridge) r ' -~: '-u · ._.,. ~ .5T£EL Roo<CR 'R.ATE . R~ £1.&AT/ON ' ' p{-D.tY'IUt. A,/. S University Dr SB at West Fork Trinity (Original Bridge) I. ' .;,;, .... •, . FORT WORTH TEXAS £XT£no UnlUERSITV DRIUE BRIDGES fOR Olf+IR fORK fLOODWAY PROGR~m O "' 1961 TARRANT COUNTY WATER CONTROL _/Jru:i,- IMPROVEMENT DISTRICT N<? t BOARD OF DIRECTORS JOE B .HOGSETT.cP~ WAYNE E.NEWTON . .5~ LACY BOGGESS ."tac6 (J)~ CLYDE A. PENRY EDWARD R. HUDSON . .J S University Dr NB & SB at West Fork Trinity , ••. t. c..1.11. , ... ,. '*U(,IKttOLt a VOIUI co_,,u, .. ..-,1111 --•.TCU.I S University Dr NB & SB at West Fork Trinity 570 7 ---------. --- \ \ NOT~, {M,w &or ,ng(~117,.,t)J/,ol/{e e.,Jo b lis/Jt!rt in l hcl'>i:!d or, t IJoet,.,0/101'~.-i ,J/"9 AOul,r,ent(P~r-r~Jwe,t&-,-. l'or lofJing oul Jl r u dure. S University Dr NB & SB at West Fork Trinity I I- .. • ~ ~s'"''?l."c._ ____ -- '-- " ,, 'v ,----- I d>c41• .•• ~ " _ ~,,. • ., .. ,.~ dct,-1, ·, Si:~f \,. .'7 . f J::.;:__·_ ~'·-?:: - · 1 Nore:: 11o 11on-1 n •n90 er ~ 7o ae a,; l"'br ~ull 8e•r.it9 0,, $'hoe . ~ l'l•ntJe 1o 6a Cul On S'kew A• SY,oovn . TAllANT GOINTY WAl ER GDITROL/IMPllYfMEIT DIS T.N'l PRO 0, A M •o• UllfflSITT tllYf IWflT UIUI STEEL flAMIN6 t----·-,----·· .. ··--1u,,,u 11111'• A.LC.. At.i . '·"·'· flU U ,l lCIOU UUUIS lu1: ~u T, 1'67 C-•••""'I t....,..,.. 1,•1:1,w,i.,1t ·n r •d l'V11,.fh , Te••• 1, •• S University Dr SB at West Fork Trinity WE! T . '.''\ ' I f ~: t ~ ., 3 c:· ,Q .l!d l'M "_ .,~,,,.,: J' ,. ) !ID El!VlTION Sc.•le -t'•' • r•-o• ,.., , ... _.,,f. or,,,-,,~, r tlr""9t:r• r-1 ,,.,.., JI.I I / I I I ---o -,.. ...... i tf',1'j Anchor doll • 16' lonq See Dalo,/ J'hettl A'fl/1 [XPUIIOI ,n u t IOLT I ft O f K! E · 6 0 LIGATIONS ,,, ,ert,c•I e.-r I J~e/1-, w,,,,,.,,,,,c11 L1f1'm,11/ed ,oflom or Or11!,:;d fh•fl Al Llev 629 5 UH1fT'l,flft: /Je/:,111 Dt!lr:rtnmed 't:., I ·---o a.; C'ond,11an9 ..., "e"' e,,;. 519.5 I k ,.lndor&,1/t~ ?!tft'!l,n!o' fv,t.U-..li -"~' JH f».-.;.r1T 11'-0' __ CorMI .) l•p ~ ·6r ,t19• ..._ -..,d~ 11 !0 • Hllf !ICTIIK EB PUT PLll EB Sc•I• -'/•' • I'· o• Sc.•l o -!/A' • t'· O' f2'-0' ,,•-o· n•-o• -· -~ tt,r/,c•I ./1w'I lie.,.-"-z! 6''} ! ,.-,Y"_ .. ,.. I · -...,:' " I ,.,... · -J Ullered J'lwl'I, Fn,nl l>ON s'-.11&• _J!,,-~ 1'-1'1'•' 1'-1(0• I .I ~ l fev .5~7" SEUIOI @ ,tlev. f "'·" ,~,~· _ 1 1-,~· ?!tf•' 7<.,r,·. ,1.,t.· ,,_,.,.,. _30 •,_ ,Vp. blend 1 1 a.r,( J f!J I T!/p,c•l l•cl'I f/i•fl I fLEYUION ,c,1e -v,• • 1•-0• ·..._lfopH"9 Iurf•co • f 1/Nrw.,, 6.l'IOl'n cy /hllH 111.r, Al &01 519 5 llHwi•,. Ottpll,()ot~d4(1 ()on(!,'fiori,1r11',el(I . ~-·le: _, f'-J 'II .• ' ! ~; . ~ ~~ I. ~I ~· "• ~ ~2!lf~~ 1@_ EAST LENtiTlf D RI L LEI IHAl'Tl ~'--,. 1@ I :-~1 .. ·/ . . " ~ • 1::: .. ", ~ ~f'J.•t. JsL ,b,_ ,. 1~ --,. • ~ ; ~a .r.,JI&' .f'-6' _ff'_ ~ ,1!2f'i • !0'·6~' ~ ~ I Al I ti I fLIYlllll 5c.•lo -VA ' • l '·O' I I l P I l l I II •1• Al AIITMIITN!I Sc•lo -¥41' • 11 -0 1 A&U TM[NT N! 1 EAS T &R IDGE TAllANT "llll WATEl GOITlll/lMHIWIMElT DIIT.11'1 PllllAM •1• ___ .. __ ·--___ ,,,_ ------·----l UKIYUUTl Iliff WUT UIIU -STlUGTUlll lfTAILS Al IT M E IT N! t S University Dr SB at West Fork Trinity I ~I .;: ~I I "-1 ,t•.µ/a' .,._,.._ ,IJ'· 7V.," J l.f9/llf'_ j 17'· 4q1,.., 71.,,;_, '10 "_ ...... "* fv ---I # ';::r;0&:!..!:!.lihv . --1t 1 'P~ o,;"'"" Tvp,Ga l · I". '\ "T ~---.:_.-.-t .. :-,,/-/1-,-:----------~---/~~~-~I I ·: I , \, ."; / '---'~-~<'-/ __ _,_ ______ _,_ ___ -~~\-''-~'--~/------~------~---~---- ~ I L A N -I E I T N! 1 and I I N T Nt , ,.,,,,.,,_, o-rw 6-1 I# f El•" 56• 0 t lw',IN,,EloSJ1.0t ~ Of&.. _./ Sc a le -,ta• • I'· o' .LJ '· ,y.,, .J' ,, f!f' -- .3, "'/f''Pik/1 t7' Q ~~,,,-,..,. 'P' - /I ~J Nore : ,111 D»Mon,'°"" Sl'Hhvn Arc A4,ng Tho S'h:lw ~~] !i I( I . ' \!.~}-'v~·~,·-~ f !f" SEC T ION EB Sc•I• -V,'· I'· Cl'" "-,.,,,_,, &A l 'A' and IU .. Sc:,re ,:-r,,, .J'PK_ ,11-11#' IA l •01 and I A l .. Sc•lc 'l'-1 ' "'""''°"' ""''" $/1.,. ,..,.,... w,1111,1 eloo,.SJ?.ot &,n l ~ J l.t• "· .s~,. s r ,, s.,,,,-.1 W/f'P/ll:/1 lm ~I r,-.,,, SJ,I O tJcnl 111 '1 l./cv.5J0.0 6cnl 111 .3 H (D 6t:nl N' '1 Elev S'1S O (Jeni N' J l./c.,, .S1l.O I E l E V A l I O N -I E I T I! 1 • nd & E N T Nt ! ~ta l e -)/e' • I'· o • &nl N•'JElcv 5 '1S .O 6en 0 !!_1 E_le~ 5 '1 J . ".. •.. &A l 'F' U,r,; U l 'N' .. Sc a l e , I 't' 14.6 ; ~"""".. -1!1¥.,' - I &A R 'O' .. S c:• I C II LL .J fSTIMATB lllRfOlGtNi I TE!l UR l(f In( INC, DIM. H DIAi L U NOTN WEIOHr •t.MA•K s •, .·,n· f~ ·~·(1(1, ~~+.---~ :;~~-7.,.. ·y~, C1 A W"'I HT R IN~ KT .NP !TlA 16N T &All C 4Allr P aAR t Q aARJ Le1torHs NO ,r,, &rs {:'~r;;.-;;::,~'/IA q,-IN'il/c:d Pw('11 And .IO' l"ornJed C'olc.vnn L o cATION ,(2'IJRc.uo SNAn 3(7'/b.,«o a,,. •liluu.c, s-r •' " ' 21.15', .I• f&'-,' 2,.11·. J • 79'·10 1 .L4'·0' ht!.'·o' T HlUT GDINTT WA T fl ,11nu /1 MH OYfM f 1T Ill T.Nt t P lo 6 l AM "I• u11vu11n nm ·w"i'i"1 "ii1 ,,i · STRUGTUlH DETAILS S Un ivers ity Dr SB at West Fork Trinity -,-tJe v I I I ~ ~ -t-;,; ., i ~ ", >?· (l , i ., ": •, E?2:.=".::~J J'( \ \ 1 ,,, .. :;i~ ., r-''"' I All#TOI' trllr1m:; 4!/fr N'4. ro/Jl aeMOYUJ w,r,, e.r.cePTJONJ 01' Y!1'TICA L !)(/NI': ATCUTJ AHO Al.l. H()/)11. /J!IIY!r P A IJT o, UJJ TIIYG UNT N• .t TO M UNDl:JTtJQUO ('... r ~-'----------~'-~(~;;;=· :-=_=_=--:::::r--::>], -~Oe~il ;.f " Tlth ."h::I 19 'ff' 49 e,n ACE l'H.QUlntO ~:;::C ·····1'-0' l!=---- . -__ :ir.:~~-·--l ~----~~------_~, .,,. - ~:;:,.::·~~ CJJ I /n ev,!J ling ,.1:7,;!.,i_}'~.r-.J _!:;:, evl m t:r,,h'ng · DO NOT CU T ('l(IJT. /1U/II~ •~ ..---._ 00 N~:" cu r t:Xl.11/NG l)~/Nlr ( oTlbod""'!I ond &nl,v,.t b~ 1----.. ...:,,•.:.,·0'-·--- ~::e1o,1 t· lhi J Jnttl / · Propo,ed lboli'ntJ fb,-Co/umn. E L E:YATION ,{, E)(!UING BENT N9 4 NEW FOOT!NG BrlA CIN G AND PQQTIO't OF B~NT TO BE lltMOVED L00K1NG wllo1r11trl"r'-.11.1......Jlil.Ji!Ll/.li_J.! __ _ :i(o le , ~··:·-:· J !4 • " "' DETAIL •A• qe ... 559.0,,1·~ .. ,:.31e •ll't·•l'·O' ~11·11 n· • .(t• ( Jlccl Plolo _/:/\. J.-\.,._ r::r:..t:~~·· /, > ._ / s1·,·a, . I ... ---1:>.lJ. . ,;•a'«J' >,pol' .,. • _j o,p t/r:Y 5.5g cu ·•( DIY~9 • ':i ~-~!, ;:-11, \ tfil ~, D ET AI L "B" ,Colc •l'•f'·O' ~•n'letjl"lfdO . l'br o,Jvmn ""!~--+--, " ,,~t>r,(J) ,' @ 12'% 5 EC T JON E!L :. " ;--, ' . ' f~ \ ::::i iii, ) ) ! • ' ,_ '-' J ~ " L-a,11,m ot oclumntrl l'boling. .Jt:r:.Jhf.J/Pf6 I :;;nr.::J,., 1-----'''"'0e_· ___ -I ....£l..AlL LOOl<IN8 NOOTH ~--_;;~:..'.:.o_· _ __j DETA IL-FOOTING ,ca!o •te'•/'·O' n·o· ,·,:'1-,-- 1 ' I ' I ~-·ir \ I I ' I I • ____ I I \ ' . ! ...... ~. "\ s EC IION ·EB....fr•tSTING CAP) ~eok:• ift •, 1•-0· :i •... .,1-~-!!1,;~ .~~~ .(.~ .. ·-iH :...;;J1 \%;."~~/ ~·.'Y ~~..!.,- l AllRANl C OUl lY WAT E R COKlllOL /llolPROVfM E Nl DIS T.'"l PRO 6 ll AM •o• ..... ,~ ""'"" UNIVERSITY DRIV E WE\l &R ID5E STRUGTURH tETAJLS UNT NU • « lt.J 11.H.II , .. ,. rlllE.5l ,,UCHOlS &(.U:OUS t>,,,1'• ~VtltG1 , .. .,.,w,., ~ J~.::Trcw::,-u fo:,rl Worf h , TUO 0,, •• S Un ivers ity Dr SB at West Fork Trin ity EST II.UT ED 11 l l Df UIH. ,,, " 111{/II( 1111..( /{/ff~ lfl/llT .. -J-1• /J6 Ufl l U ll " ' n • --J '· I ' 70 "" lfJl1 7 ·~· -JJ '.9• 56 7 w ' " 11'.'.P.'. "' '5 -71 '·0· 1/0 "' -·-?6 '•/0' f,D<II f6 , 5•.11• z·u lftlf roort11 I S l'-1' 6 '•0' fft ,J • '1,/, &IIJIMI #•I 7'•ll' 11 '·'1' 7] j . '1 1'·6 ' 'I I'·•• 1 3 ·,.J 7'·J· '11 '·1' '1'2 #·-' 7 '·0' 10 ·-·· 11 ,_ S , •• ,. '10 ~ 'l' '11 1 ·6 ,,_,. 19 '-6' '1 1 I · 1 l '·J · ,, •• ,. 1 0 1 -6 1 t o • 16 '·1" IP ,_, 5 lg • 11 '-t • 19 ·,-10 s ·-1 • 11 ~11· ,a #·If 5 '-J • 17 '.7• 16 l ·l'J "5 •-0• 1''-1' 17 l ·I J l '-9' 14 '-t• 17 l ·fl J'-1 ' 15 •-1• If 1 ·15 l '·J ' l5'·t" ti I • 1' 1 1•0 ' U '-a • 15 ._.17 J '-9· 14 '· 2• 15 7 11• -1'-11 · l !U •t N f llTllf . . J " 7,.,, 141 lllt ,,,,,,, ./( II 7 rf • ..:..__ H'·'l'. J I( /l{N 'IITlltl . ,,s,, '· .L ,,,, .. I I I I I I I I I C J.I A I I' I I I I J ,111 K. J '-J' '--1.y,•11 r ,·-,,~ ., ,-,, ,---~~ \ ,,,.,, '··-.....1..-J·J ~, IA l l ,.,.,, I Al I K . K-1 "" H-17 &Al I IA Ill UIS 6 E•,""'9 ._,,, 4f'7t1VI: Deel' Tht r Porl /On OI' -• J6 IYIJ5 'h lk Cul tYi i:Off"t '•5',~u · . !'kel ,t/fi'i ~ -(~eeli Sia!: ~Otrdv) l f'fNI ,.,_,g.rl'f>t- r ecur,;,9 10,v J 'J , drw;e < t £x1&hhi; _____ ..; t 6cJJr1h9 .,.,... ~1 ! i Wflilll fDl ION'" "lop orr,u rt1i'l9 ":.'.. ~ De v. 559.04'\ + ;1: 9' t g• - + - 5 '-1• IETA I L-TIE RllTI flt ff II @ IEKT N'l f l I I T. I l I I ' f LIi ili I I Wtll ,,. , Cl -v,•. 11 -o• @ I E RT N! , TAllANT GOUNTY WATER GOITlOL /I MPlOYfMENT DIST .N•t Plt.OllAM 'D' UIVUSITY HIVE W!IT HIIU &Ell NU f ST IM AT£ I II LL Of U 1 N F. h 11i.o11 111•1 IHUI ~.,.I!. A.t .f . ' rutu,11r.11u uuuu l t,J. T'16l ,..,........ S University Dr SB at West Fork Trinity ' l.. I. \. 01.t., l l,U M 'C,' Ar h NT Hq ( M1Yriber# , We /d.J Nol Sho""" -s,me A• 0111phr•9m 'A~ r i ·+! 1'-1'M 1 (Sh,d 6'·d 1 {Nr:>l"mfll ) 11 AP HU 6 M 'A• IT l ll l!U Y !LU C GI ST l UC T I 01 JIINTI •u llUTM!NTS r !.c:.ale -1' -1 '-o ' 6 1-tJ' (Mrniel) 7'·1'/8'(f ke.,.,J * 'J(<i)~ •' r--+- 1 I 'sa11r1 ~IO ''if:. (a) Top flflb l!l 7 'Sd#n ~ • "~! ~ollo,n cy f~b (OJ t-.z!o ' _ 1 '-~1 .J.. • S'e11 D.i,/g,/ For Ha nd Rlild Anchor 60#1. v t I l P H l l GM •a• IE T WE E l l O l D W l Y S L l 1 r ' ,, ' I -l .• / COllTlOCTIDI JDIIT! Sc.a lo -1' ~ 1' -o• "-~--? ,~·.11or,ri1,1-t:t!w 1.36W' tETlll-!CUPPEl S, • 'c -1fl'· ,·. o" tnerFr,-.4.per fr,;,dt; ---· AT GO NIT. JO l !T l l !TW[fl JO I ITl HU llll PIIT UGHOUGE lT CHI ic • l e -I'• I'· O' ~rj i .... d,.,, ""'' "o-J :. ~--~~5 a.rr'r' ,-r--~====:::;/.,..,J_i.t _ ·,· J -~, ~. ,.,. (~~j !'!;,',.,~~::'*S:., trring.r ,'-o' Of ·,·,t· 6•rs TYPICAL CUii !ECTIDI s,.1 e -_,,.. · 1'-o• I ·+ S!CTIIII E9 II' I -·-···-----n ; I ,,,-;;>W,AS~'£9'8l''f / d' AT BE1,tr MJ. ? 4" A T /3ENT NO . .3 7' AT BENT NO. 4 l 5t,..,rrt,JO'r,f: (CJ 6ollr>m s,-~. 36 W" Slrl()(Jer:r I 6 '-ll' t fo• PL u · 'h t 'Sun 6 11111 111 h••• Tuuo C11ttHI ~'-~---.. -J__ ~~ Nore :1-Slol Anchor /Jo/I Noles In 1-i/PufT MA/ta-fFor-(z·i.-1.AVJUrlmo.,I, , .• ~·'#fl l>-Down. . 1 · 'Shiffl ~'I 8,,, thtHI For. /'lor"l j Allf}(trne"f, /Jul Sue.I, fhlm, f ~/16,: Ct,pper a,-oli,er Af'P("'O.,.,d M,,,,, Cl:,rror '1Ve M•fttri el . o, en, MIHELLUEtUS UTA I LS A.L.r . A..t .,. "'····· G.M.1. r1.11u ,11un1 1 u n tJ1 c;.."111,... ,_..ra hr l Worth , le••• 101: St,1. 1'16'1 .... ., uu -,, t •n r II . S University Dr SB at West Fork Trinity !t~·:·: .· '" ~-~:~~-~:~=~~~fbfj~_:._~:!_;o~·~~s-~~if Ei:---=~:.~f~~~~~~~~-~~~--~~j-~~;~~':J~:f-!c1 ; . ;·...m-~--_,&,,i;,_ __/,J.~-....liJ .n(D ~}~:i.S-~11~ _?~~L -1"-'° J;,.u ·,\{"·'4.. i j~~.P.: .$.$.1..D. ,JJl.,O , _5.ss.~, • .s,9./4 l·.}s~ .s,s.4~ ~~,,,, "~~ !-. JU,.JO ii J-d ' :·;./c ·l J.J ( . ?:._-: ~---.-~'!-f===:=: -~-. ___:_J .(. f--:.:;fL_-_ _ __:-~ · ~· . ..1 : (.Dp :.,i,.+-1 ----,fr,'-1_· i( ___ ----·-· ELE VAT/ON (LOOKING /I/Of1TH) .!:c:1e,~··11::• ; ,.-4~'!.I:'/. J,ocin;} -~4 •• ":'r/: 6¥,T ?J.-·-·-1~c=t::···:E· ::,._.u,.,::w1:txr_ ,I,., Do-eb 6or, ''l'·I ' ~---~t f-------_J 5ECTION 6_ Jct,/c •,t'r'•f'O' SECTION ffi.. $cote ,.fa•, Jt O' f JTIMArtP L~ ,c·.:Jr,;/ed ,J.':oN$· l~r11CO': 21~·,, 4 • -*4 '•9" .-o·:,,,:,':.d .v,orJ.1 ·6olfcred u .li'A.$ • n,t o· .r /Jn/kw' sht,/1.1 • hv'r-<rN • ~r-,· TARRANT COUNTY WATER CONTROL and IMPROVEMENT DISTRICT NO. I PROGRAM 0 0° UNIVERSITY DRIVE BRIDGES ABUTMENT NOi ~~BRIDGE) ,-11ux ,NCMOU •INIIIUS :!'"°-~"a;' Cl ,-. . ......-l--.,,n • 10 ~,.. S University Dr NB at West Fork Trinity 11·· -.7:,. ! ..,.. 2 :, •. h::. 7 / '<>· ) 0\ : i ~· .. ·<v !! ' ... f _ ---• ------------------------. ------------------- ---r-r-"! ---------- fl'L:o ;i>· _,._r.;~o.G· . r.;•o)i• _ ---.'.:.·--..::-- PLAN-ABUTMENT ~TA. "fS!,.O~ ,:olo :f.4 •,:!o • 11~9 .,,,,. ''J ~ . r 1 ,.,O"O,o.Co.:(~I ) ,?,_··"·1··Nr::.====:::;;r:======:::;==~r=~;:::=:::::t:::==:=.'.'.::::::::::;;;;::==±:i ___ ~-,._j ft:,cori ng I ·-,. •. 'J:.'tfi,~.Od -1 ,t,:H~-.:r--:"'-..--,,----..,.-~,---'--~.,.-+='-'+-++--.;.--,------H==-,-,+-+-----;--"'-.L.~-!- ~~~k#--ic,rJ1+-,--:+3,-"fb=--=;,;.,,..;---+:::.'!+ .... -'12:le;,..,.~,-:,,,h.....4.,_ Dt#rn/J-JhlN• ,,:,r IJ'.11" ,,:,,. r.;1:~· SECTIONAL PLAN --1 T i: I · ,Jd 'I Oritl:,tl Col'1mn ~-r .. -- PUK ,/ ,' ~ ' ~- ,/ I\, -----------' I '· ·Y CONCRETE RIP RAP AT A8VTMENT Su l e -t• • 10· I •. t m · . ·1RL1 ~ ' ' ., ~' ~ SECTION TOE WALL Sc.e /e -.,., •• t'-o• CONCI/ETE RIP IIAPAT A8VTAIENT TARRANT COUNTY WATER CONTROL and IMPROVEMENT DISTR ICT NO . I PROGRAM "D" UNIVERSITY DRIVE BRIDGES ABUTMENT DETAILS 1 (EAST BRIDGE) ., _ ::!.~ ~·~:_-;:,•.:::us' =~!Ft99·C3 c•.t. ""'"-'"·"ut I o, t• S University Dr NB at West Fork Trinity ~c.ale -J/6' · 1'· o ' (LOOKING N012TH) --,~::· ---. ~lt:v. ~,~. ()I Ful1,1rf! "1_ _____ :-·· • ,,-,,,IIIC/'latll'W:I~ ~ti .1 I ". ·ue.,. 41,.0 ELE,VATION Sc.••e -J/•' · 1· • o• • j 1 · Sand Filled (rypic,-1} _ _.-· ·,O"I Jt:,,,o/ubo(~1} +-· -------------------- ! r , ~/c-v; .=J~:~t ~v!!":._c ,.,,,,Jh Chonnol~ _EltHI ~'1~.0 . ·,. ='• =~~~~·, SEC JJ QN @ Sc•lc -J/4' • 1' · o• f>AnS ·1r ,,-:::t~I~\;-:: ····-·":- _J..:.!Jl6g_{,1t'· -~ . : · · :_: !.....,_!paar1.·tr . '. ~. . ........ ; ... SECTION ffi ': o/e. i"' o /!.o • . 7"of"OI H+lj,M of &,4 rhil .s«~I • .l 066 Nor£, Helnt: .S~I ,n Oril/nr ShPII~ and in l'ornNI Col"""'s ,n ,Orilk'd .SM,'f.3 Sholl & A-,,:,~a' l'7 ,Pr~ LJid ~,. Lin. rm,I' ol' a,-,;,,ft,7" .s11on-.1 of1d r~ Colunw>.7 i n PJaee. C'omp~re #nd 14 At,,. "~"'°"""' ,.,, """°"'" ~IJ,h,. ,,. &.rs . TARRANT COUNTY WATER CONTROL and IMPROVEMENT DISTR ICT NO . I PROGRAM "O" UNNERSITY DRIVE BRIDGES BENT NO. 2 (EAST BRIDGE) -............. c.., ... - S University Dr NB at West Fork Trinity 1 •<11 .$hrr L!or--J · -··-· ~:1• -T -· ..... __ ,_:?:.... __ _ LJ 16: 7','ic.• .r~,,· .. + .,:J :y;,;· . -'"·!!i· J!_:,r,·r Jlrew i)_i.71 .J J:;11, "t $-•ti Jlirr<.1pJl!J u ·~ . .. . ~Ori 'F ' . ,..::::::.,-- i ,.-; ,,,,., .......... _),1 SOf'ld h '/cd -· , i I . ! l --·!fettSJl.C'FulurcF,°i,.Chonnel 6rado~ I > - -----.....!/µ ~.__ : I l ,. ~leo:J-'0.0 '"; ~Ive l.11nC.Jk;,r,e 1-~j-~'-< ,.,,-,1, .Jl»k Wyor~ .J:·o· ----1.:.£.' ----j S·''l &m 'C-d · >' -1 * ~,!;::;:::. . . ~ :;..;,i'liot'-1'6 ·.\ '· ' ' ~· SECTION ffi SECTION ffi $eo/c . n ·-1:0· f-------~m. . .L . BARS i1 "1.'d' BAl<S tI r.~f(j:J!· ,....._ __ _ __ D,in. •,4-___ _ D-~, ,.. -~ ' ·-'-__ /Ji~~ 8Af<S 'c, 'F," 'J'' "!.' BARS "D ' ,n,"'..-rc:D 40' QciC·d %CO -' 1t. 1' • 21 · ~-!::r.1 \ \_J -_j_r:.,5 ·:~~· 1vore, ~in/: ~~, in Or,'lkd ..51,,(11'1', ~ in r~ Coll,#77Jn4 ,n a,-,;,,t,,q ~" .Sholl & ~--C"d .,;, ~ 1/!!i,:/ ~ ,1m. ,,,._,. ""Drllk-d ,i'lal'/"I ontr r~ Co/--,..$,;,,.,.~ C-pklt', """"'° U /lob/' hrd~ ""1 ADorr A"~J,hl' •I' ~or,. r---... BARS ·c· TARRANT COUNTY WATER CONTROL cm IMPROVEMENT DISTRICT NO. I PROGRAM 'o' UNIVERSITY DRIVE BRIDGES BENT N0.3 EAST BRIDGE S University Dr NB at West Fork Trinity ,._ _ _._ _ ___, _ __.. _ _.., __ I ' I .l.-J.. 'a end up u,ng. &r1{0o No/Cul) DETAIL 'ii' S colo ,.,.-,, • /!o • ·o· ·c· r I ·a~. ,,.s ., PLAN -NEW COLUMN LOCATION AT EX{ST(~G NORTH A~UTMENT LOOK I N G N OIJ TH 5.:o:e •I/•'. ,:o · Ul.A ti.S. "i.f/1.S.E. S.EC. [lQti. tbn,. BRtQJiLA2J?RQACH ~/.A~ Sc•l e · f"1 1 • 1'-0 1 ·o · ·c · l ·,;- ·,· I ,· I ·,· I ,. I ·,· < 1-1 -I ' IT ! }-~ + .,. _:(' ,,.. (H ,,., i,J-IO _ _.5.....,,..E_..C'-'T'-'-'I O"-'N....__E9 .,.. ....... -.. ... -...... '.· -~•ponJior, Jhoe ' !---J 1~ i Porl i on ol'Fooling ,o «:removed --, : ---.----,--------U- 1 ' T _J ' ' ' ' L SECTION EB Jco fe •l/•'•l ~O ' • . .. . "" .. . .. ·:-.. TARRANT COUNTY WATER CONTROL and IMPROVEMENT DISTRICT NO. I PROGRAM "D" UNIVERSITY DRIVE BRIDGES BENT NQ 4 AND SLAB (EAST BRIDGE) "'IUL,IIICld..t •IIIIHIOI .. ,.. IOf.'"' cooo ,..._n .. c••111>1 :::~ C·:S ... S University Dr NB at West Fork Trinity EAST ;..'T - \-b.-- i i ,. ~+-- ,I I -,-. !_~2·_ -~ .s;1 11 .,,,r .,,, J7 .s,u, '"~. _t fl • '" .• J • J"' , •• ,._ • .r• __ l ·-!~-<frr-~ !?LAN-e,E.NT NV4 _JL._OOKlli1L_~OU_THl • ~r.o :e , ,t',· • ;-.o· "I ~n ·~. &,rJ "K • JC7 . .S.!I -~,7.H ,:r .5 :o ·____J:e,:_ ___ 1:0·_ 7li~. _,~· H(. J'' WEST ,..----! 1 .'7•_ I• ·r .,,l~ ,·,~,.,..~:_ !ler S.5 1 J.J " t:I .\ •. -f::Sr'ci:~it'===:!::::::!,q:!:::::±=:J=±:=l==tJ::t:1:1:;=l==~±~-::/:.±:::;:::;±::!:=~=i=:;:$~';:S I ir I ~;;·.,. ~1 17;:·J -1,...£·.~-!.t'!!'"~": tJars •,r ·rT ·-r w_f/<s8U? .. I ,._ ! -n 'IC,ri/CdJ/Jol'f L [J E.Lf.VATION 4QQ.K ING SOU TH ) ,,~h • ~··· 1'-0' B IL L OF REINFORCING STEEL ~ .. a NO. 'Il l JPAC! DIM. if" DIM. ·a · DIN. t'" LE.VG TH ~·~!OHT A I 7 IO A,Jhr,. .,.,:,• ---I ~:,• ~/ '" u ,'f .,'•l 2 ., J· ,: " 1--->----<---t--:~--.::r::==-====:-.:..-=. • Tbtol llltli9hf or tJor, 11111 .rmel • ~oe1 "' SECTION ffi ___§E CTION 8;L ,,ol e •,¥#•,1•0 • 11e,nrorci "9 .Jleel in Drilled Jbt,/'fJ .ond in ,._.mod CDJ11m1"11,n ~Jhclb J./;oll be includod inpr1co bidp(:I" Un. Fl. or Dr1J/od J/1(1'/'t, ond Formod o,/vmn, i n pJoce ccmpkle ond i , nol inclvdcd in otiove weigh/ ol' bon ... BARSA,B,C, t=c-rJ"''.~'-·-_-__ ---_-__ ~Dim.:A,_,. ___ ._-_-_-_-~.:::+'...;o~-.:d -~r BARS "E" t------~--·-· .. BARS "L" -j ,:,· io..c~~:~-----~"'·~----· .J BARS ·o· ·,·n ;o .. Ql f--·· ~ BARS "K" ,2· Pf:illed Shg(t ., •1 ' • 21" ,o·~ormed :ot11JT'Jn 1 ~ft,__ ~-'"·,a,·. iJO '•t;· TARRANT COUNTY WATER CONTROL and lr.l'ROVEMENT DISTRICT NO. I PROGRAM "D' UNIVERSITY DRIVE BRIDGES BENT N0.4 IEAST BRIDGE) nN:U(ICH)!..S&[JCllll(II H TI Ifft I Nf t~••~• =~C-3 ~ II S University Dr NB at West Fork Trinity TARRANT COUNTY WATER CONTROL and IMPROVEMENT DISTR ICT NO. I PROGRAM "D" STEEL FRAMING (EAST BRIDGE) "'UK,...C"'°'-l •l-US o,llft K".lllff -...,-1Jo•<0• -• TCW-G489-Q -.:, ... ,. w .. S University Dr NB at West Fork Trinity ·, I ' . " ... :!!r"'9C'J·I ,,.,.5,.,.,J,d , -- L :S !JJ4 " (SIie"' Dim .! 6 ~otw•(s,-D,inJ J !O "(Jtbr,,..,:) r --· 5 :4•(Kormlll) . --Al~ I n ,,.,.,,,. __ I!. ", .f',111",teb' 'T4 l'FII 5ECTION ffi 3~o le : 1fo •, 1=0• s;u•:..,,, ~,.;··, ;•,16"(. ;.. ~{;r,,f~ -~ ::b' , ... 4 ::,· .,,·'7:e/v:'.'J<[U_e~--------'~;rl' ,,,. ~ . -J.:'!.·_ ;~'.!,,fl.fl,, ... • ,•s ·a·4,r, •IZf·~ ( JJ'.'f'tJr1r11!'10'?°; •J:,;,,,,.,•4'/t ''"' \-'.'k N¥:le wilt,~·&,n ... ~. '"''J 'bt,r.,t,,':)'C ,• \J: '-'Ja·.,1.::.-, •s 11•c,e · I • .,-c ·a-,.n1t·v. ,~ j " f Allrrr,ofe-,,,;,·&r1.. J J .... .,,,.,rN/'V , : i.J.. ; ~ ~ I IJ :,t• :S:o• r-------- HANDRA I i. -QETAIL5 ,.:o i e,,,4.4 -,1 ::• Pc..TA.IL 'D" :0 '! 'H!~T - !:::::-........ . ...... :t;.,·_ .... ~.,,.,.. (/lo«!,,,oJr ~1 !-r ""/lo,..l,oJ,C Crown :,o.:.=, 1 •s? "&#n _, TARRANT COUNTY WATER CONTROL and IMPROVEMENT DISTR ICT NO. I PROGRAM "D" UNIVERSITY DRIVE BRIDGES S University Dr NB at West For-k Trinity SPECIFICATIONS AND CONTRACT DOCUMENTS BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21) PROJECT NO. GS93-020930260730 IN THE CITY OF FORT WORTH, TEXAS 2006 31 ~·· ASSISTANT DIRECTOR, DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS DATE TABLE OF CONTENTS 1. Notice to Bidders 2 . Special Instructions to Bidders 3. Scope of Work 4. Prevailing Wage Rates 5 . Proposal 6 . Vendor Compliance to State Law 7. Minority and Women Business Enterprises Specifications 8. Special Provisions 9. Contractor Compliance With Workers' Compensations Law 10 . Certificate of Insurance 11. Performance Bond 12 . Payment Bond 13 . Maintenance Bond 14 . Contract APPENDICES : Appendix A: Selected Construction Plan Sheets of Bridges Appendix B : Photographs and Notes of Selected Deficiencies Along Bridges Appendix C : Project Designation Sign Detail Appendix D : Traffic Control Plans Appendix E : Conflict of Interest Questionnaire Appendix F : Project Location Maps NOTICE TO BIDDERS Sealed proposals for the following : BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21) PROJECT NO. GS93-020930260730 Addressed to Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1 :30 P.M., September 28, 2006 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers . Plans, Specifications and Contract Documents for this project may be purchased for twenty dollars ($20 .00) per set at the Office of the Department of Engineering , Municipal Office Building, 1000 Throckmorton Street , Fort Worth , Texas 76102 . These documents contain additional information for prospective bidders . A pre-bid conference will be held at 9:00 A.M., September 13, 2006 in the Transportation Public Works Conference Room 270 , 2"d floor, Municipal Building . Bid security is required in accordance with the Special Instruction to Bidders . Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-respons ive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910 . Bidders shall not separate, detach or remove any portion , segment or sheets from the contract document at any time . Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive . It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with Documentation) and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsive . Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property , goods , or services with a local governmental entity must disclose in the Conflict of Interest Questionnaire , Form CIQ ("Questionnaire"), the person 's affiliation or business relationship that might cause a conflict of interest with the local governmental entity . By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids , correspondence , or another writing related to a potential agreement with the City . Updated Questionnaires must be filed in conformance with Chapter 176 . 1 -1 A copy of the Questionnaire Form CIQ is contained in the submittal documents. The form is also available online at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. The Managing Department for the project is the Department of Transportation and Public Works . For additional information , contact Julie Westerman at (817) 392-2486 . CHARLES R. BOSWELL CITY MANAGER Advertising Dates: August 24, 2006 August 31, 2006 1 - 2 MARTY A. HENDREX CITY SECRETARY George Behmanesh , P.E. Assistant Director, :5.men1s2r Public A 0:f , 1_ %P 'I/ SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in an amount of not less than 5 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. 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 propos als, 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 . 2 - 1 3. 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 Department of Engineering Construction Division at (817) 392-7910. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM 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 . All contracts shall require a Maintenance Bond in the amount of one hundred percent (100%) of the or iginal contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 2-2 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. 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 . COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS: A. Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rate s in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . B . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City , pay to the City $60 for each worker employed for each calendar 2 -3 day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 51 day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . D. Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker , shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on the petition of any of the p·ersons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . E. Reco rds to be Maintained. The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in th is contract ; and (ii) the actual per diem wages paid to each worker . The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. 2-4 F. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. H. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (A) through (G) above. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works Director 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. 1 O. 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. 2 -5 C . Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current AM. 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 workers' 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 . 2-6 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 or majority owner has its principal place of business in this state. "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 accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with Documentation) and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the 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 2-7 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor must meet the terms of 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 not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" 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. 2-8 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 Summary Payment Report Form to reflect the total participation from ALL (M/WBE and non-M/WBE's) 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) 392-6104 . 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 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 in the Contractor being determined to be irresponsible and barred from partic ipating 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 .PAYMENT, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY : The Contractor will receive full payment (less 5% retainage) from the City for each pay period. Payment of the retainage will be made with the final payment upon acceptance of the project as being complete . 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 2 -9 statement signed by the Contractor and the City. The warranty period shall begin as of the date that the final punch list has been completed. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. 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 payment I the amount that City deems due and payable. 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. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. -10:00 a .m. being critical ozone forming periods each day . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a .m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10 :00 a.m . 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 Ozone Alert 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 2 -10 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 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. 2 -11 F. 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 b) a new certificate of coverage showing extension of coverage , prior to the end of the coverage period , if 2 -12 I"'! 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 or 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 2 -13 common to the worker population. The text for the notices shall be the following text, without any additional words or changes : REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17.AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18 . DISCRIMINATION DUE TO DISABILITY : In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA "), Contractor warrants that it will not unlawfully discriminate on the 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 2 -14 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. 2 -15 PROJECT SCOPE OF WORK The primary objectives of this project are to clean and repaint the steel superstructures and to clean, seal and paint the bent caps and abutment seats of the multiple bridge locations included in this project. The contractor shall comply with the City's standard time restrictions for working in or on arterial streets. Following is a brief description of each project location. For selected construction plan sheets and additional details, see Appendices A & 8. E. Seminary Dr. EB over Sycamore Creek This is a 41' wide by 190' long steel I-beam bridge built in 1962. There are 2 lanes of single direction traffic on this bridge. The steel superstructure of this bridge is to be painted an aluminum color, subject to Engineer's approval. W. Long Ave. EB & WB over Marine Creek These twin bridges are each 44 ' wide by 157' long steel I-beam bridges built in 1960 and crossing Marine Creek Park. There are 2 lanes of single direction traffic on each of these bridges. The vertical clearance for the pedestrian sidewalk below the western ends of both bridges is posted on the bridges and shall be reposted after the superstructures have been repainted. This work is subsidiary to the pay items and will not be paid separately. The steel superstructures of these bridges are to be painted Parks Green, or an equivalent color subject to Engineer's approval. N. University Dr. over West Fork Trinity River This is a 44' wide by 250' long steel I-beam bridge built in 1959. There are 3 lanes of single direction traffic on this bridge. The steel superstructure of this bridge is to be painted Essex Green, or an equivalent color subject to Engineer's approval. S. University Dr. NB & SB over Clear Fork Trinity River The northbound bridge is 45' wide and 362' long; the original bridge was built in 1951 and then extended in 1967. The southbound bridge is 38 ' wide and 330' long; the original bridge was built in 1936 and then extended in 1967. The original portion of the both bridges are camelback truss bridges and the extensions are steel I-beam. There are 3 lanes of single direction traffic on each of these bridges. 3 - 1 The steel superstructures and handrails of these bridges are to be painted Essex Green, or an equivalent color subject to Engineer's approval. Additionally , several vertical ornamental members of the handrail and crossmembers of the overhead truss (SB bridge) are to be straightened. This work is subsidiary to the pay items and will not be paid separately . 3 -2 Classifications Air Tool Operator Asphalt Raker Asphalt Shoveler Asphalt Distributor Operator Asphalt Paving Machine Operator Batchinq Plant Weiqher Broom or Sweeper Operator Bulldozer operator Carpenter (Rough) Concrete Finisher-Pavinq Concrete Finisher -Structures Concrete Paving Curbinq Mach. Oper. Concrete Paving F ini shinq Mach . Oper. Concrete Pavinq Joint Sealer Oper. Concrete Paving Saw Oper. Concrete Pavinq Spreader Oper. Concrete Rubber Crane , Clamshell , Backhoe , Derrick , Dragline , Shovel Electrician Flagger Form Builder-Structures Form Setter-Paving & Curbs Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Laborer-Common Laborer-Utility Mechanic Millinq Machine Operator, Fine Grade Mixer Operator Motor Grader Operator (Fine Grade) Motor Grader Operator, Rouqh Oiler Painter , Structures Pavement Markinq Machine Oper. Pipe Layer Roller , Steel Wheel Plant-Mix Pavements Roller , Steel Wheel Other Flatwheel or Tamping Roller , Pneumatic, Self-Propelled Scraper Reinforcinq Steel Setter (Pav inq) Reinforcing Steel Setter (Structure) Source is AGC of Texas (H , Hvy, Util ities Industrial Branch) www.access .gpogov/davisbacon/ 8/6/2006 Hourly Rates Classifications Hourly Rates $10.06 Scraper Operator $11.42 $11 .01 Servicer $12 .32 $8 .80 Slip Form Machine Operator $12 .33 $13 .99 Spreader Box Operator $10 .92 $12 .78 Tractor operator, Crawler Type $12 .60 $14 .15 Tractor operator, Pneumatic $12 .91 $9 .88 Traveling Mixer Operator $12 .03 $13 .22 Truck Driver-Sinqle Axle (Liqht) $10.91 $12 .80 Truck Driver-Single Axle (Heavy) $11.47 $12 .85 Truck Driver-Tandem Axle Semi-Trailer $11 .75 $13.27 Truck Driver-Lowboy/Float $14.93 $12 .00 Truck Driver-Transit Mix $12.08 Wagon Drill , Boring Machine , Post Hole $13 .63 Driller $14 .00 $12.50 Welder $13.57 $13.56 Work Zone Barricade Servicer $10.09 $14 .50 $10 .61 $14 .12 $18 .12 $8.43 $11 .63 $11 .83 $13 .67 $16 .30 $12 .62 $9 .18 $10.65 $16 .97 $11 .83 $11 .58 $15 .20 $14 .50 $13 .17 $10 .04 $11.04 $11 .28 $10.92 $11 .07 $14 .86 $16 .29 4-1 Classifications Hourly Rates Classifications Hourly Rates Air Conditioning Mechanic $17 .55 Sheetrock Hanger $13 .37 A ir Conditioning Mechanic Helper $10 .74 Sheetrock Hanger Helper $9.48 Acoustic Ceiling Installer $14 .26 Sprinkler System Installer $17 .86 Acoustic Ceilinq Installer Helper $10 .53 Sprinkler System Installer Helper $13.33 Bricklayer/Stone Mason $19 .29 Steel Worker Structural $16 .20 1Bricklayer/Stone Mason Helper $13 .07 Steel Worker Structural Helper $11 .71 Carpenter $15 .76 Welder $15 .88 Carpenter Helper $11 .69 Welder Helper $11 .25 Concrete Finisher $14 .29 Concrete Finisher Helper $10 .09 Concrete Form Builder $12.16 Concrete Form Builder Helper $8 .81 Drywall Taper $13.25 Drywall Taper Helper $8 .00 Electrician Journeyman $19 .79 Heavy Equipment Operators Hourly Rates Crane , Clamshell, Backhoe , Electrician Helper $12 .95 Derrick , Dragline, Shovel $16 .07 Electronic Technician $20 .06 Forklift Operator $12 .62 Electronic Technician Helper $12 .27 Foundation Drill Operator $17 .55 Floor Layer (Carpet) $15 .17 Front End Loader Operator $13 .27 Floor Layer (Resilient) $15 .94 Truck Driver $12 .66 Floor Layer Helper $11 .00 Glazier $14 .35 Glazier Helper $10 .32 Insulator (Pipe) $15 .05 Insulator Helper (Pipe) $10 .12 Laborer Common $9 .21 Laborer Skilled $11 .59 Lather $15 .94 Lather Helper $11 .12 Metal Building Assembler $14 .29 Metal Building Assembler Helper $9 .33 Painter $12.86 Painter Helper $8.66 Pipefitter $18 .22 Pipefitter Helper $12 .90 Plasterer $16 .16 Plasterer Helper $9 .98 Reinforcing Steel Setter $13 .00 Roofer $15 .33 Roofer Helper $10 .24 Sheet Metal Worker $15 .73 Sheet Metal Worker Helper $10 .53 Source is Fort Worth Chapter Associated General Contractors (www .Quoin .org) 8/6/2006 4 -2 . ' TO: Mr. Charles R. Boswell City Manager Fort Worth , Texas PROPOSAL FOR: BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21) PROJECT No. GS93-020930260730 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 complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Department of Transportation and Public Works Director of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S .P. 1. 4 EA. PROJECT DESIGNATION SIGN- 'c<:f ~~--J /l.-~ Dollars & $ 200 .00 $800 .00 LJ/,z Cents Per EA S .P . 2A. 1 LS CLEAN , PRIME, AND PAINT STEEL SUPERSTRUCTURE ATE SEMINARY EB AT SYCAMORE CREEK $ Z.S'.oeo $ z.S-:w,.z -lw~, ~ -0,,l ~ i.1.aa :i.l Dollars & tl.tJ. Cents Per LS S.P . 28 . 1 LS CLEAN, PRIME, AND PAINT STEEL SUPERSTRUCTURE AT LONG AVE EB AT MARINE CREEK $ 1..'111-9-o -$ '-'-1 6fN - !i.d.""'" b -C .. , ~ lkle.,t,..d Dollars & I\[; Cents Per LS S .P . 2C. 1 LS CLEAN, PRIME , AND PAINT STEEL SUPERSTRUCTURE AT LONG AVE WB Al ~~i~i ~Rr:~d Dollars & $ 1-'t l'J,N -$ 'Z, '1 O,N - /{. Cents Per LS S .P. 2D. 1 LS CLEAN, PRIME, AND PAINT STEEL SUPERSTRUCTURE AT N UNIVERSITY NB AT WEST FORK TRINITY RIVER $ I{ L., AA? . $ 1(1... O PO ' hr ~ -1-w~ )11,i(l !:!..II!' /_ Dollars & /\(p Cents Per LS 5 -1 S .P. 2E . 1 LS CLEAN , PRIME, AND PAINT STEEL SUPERSTRUCTURE ATS UNIVERSITY 1f,(),:,i)-p NB AT CLEAR FORK TRINITY RIVER $ 11 ~,J Q ., $ ~-w .l til ~~b;i --£J~"-r ~ ... ~-cl Dollars & I ri Cents Per LS S.P . 2F. 1 LS CLEAN, PRIME, AND PAINT STEEL SUPERSTRUCTURE ATS UNIVERSITY SB AT CLEAR FORK TRINITY RIVER $ J 'lf.Jvu -$ /1.f/'Q,N -17.-t ~11..d r..! C,b-,,t:'-~ lt.,..,....Oollars & I'/ ll. Cents Per LS S.P . 3A. 1 LS CLEAN, SEAL AND PAINT TOPS OF BENTS ATE SEMINARY EB AT SYCAMORE CREEK $ , $ { $?.J - 0..,, h!!.,11=1.J ~'~ l!u..).,,._J Dollars & I S::<21.2 I tvo Cents Per LS S.P . 38. 1 LS CLEAN, SEAL AND PAINT TOPS OF BENTS AT LONG AVE EB AT MARINE CREEK $ l "Z-r:,~ -$ I 1,i,." -0.,..t. ~~~l J...,.,., L.,J ,~dbollars & j cl~ Cents Per LS S.P . 3C. 1 LS CLEAN, SEAL AND PAINT TOPS OF BENTS AT LONG AVE WB AT MARINE CREEK $ I i e,, -$ ' -z_ ~<) O ... :i. rlui .. 11,.., t .J,,,.,l l,.,_J,t.d Dollars & l'J;; Cents Per LS S.P. 30. 1 LS CLEAN , SEAL AND PAINT TOPS OF BENTS AT N UNIVERSITY NB AT WEST FORK TRINITY RIVER $ 1 ZQQ.-$ I 1 t9 a - D~ tim,_1 a:1, J u ~ b1<1-l._,,,._J Dollars & I e1..~ Cents Per LS S.P . 3E . 1 LS CLEAN, SEAL AND PAINT TOPS OF BENTS ATS UNIVERSITY NB AT CL~AR FORK TRINITY RIVER I 1.t:.~ ~l 1o l'1 :1 '-. Dollars & $ '-, i.i 1.1 12 -$ -z.,J~,;- Cents Per LS S.P . 3F. 1 LS CLEAN, SEAL AND PAINT TOPS OF BENTS ATS UNIVERSITY SB AT CLEAR FORK TRINITY RIVER $ z ,v &o , $ 'Z,. ,(12.t.l. -Li t:il f'k.il , l!!"'-d Dollars & ' alt Cents Per LS S.P . 4. 1 LS TRAFFIC CONTROL fl,,, ry -t1 .. '-:t:kz" Jq ,..... d Dollars & $.31.012,2 -$ J I 12~ , o[a Cents Per LS ' ' S.P. 5 . 1 EA. REMOBLIZA TION Five Hundred Dollars & $ 500 .00 $500 .00 No Cents Per EA TOTAL BID$ 3 J 7.. 'tOO Ji) 5-2 This contract is issued by an organization which qualifies for exemption pursuant to the provision 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 to State sales taxes under House Bill 11, enacted August 15, 1991. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges at the time of executing the contract. 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 Eighty (80) Working Days 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 "Preva iling Wage Rates for Street, Drainage and Utility Construction " as established by the City of Fort Worth, Texas. Within ten (10) 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 attached deposit check in the sum of Dollars ----------------------------( $ ) 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) vf/- Addendum No. 2 (Initials) __ _ ..... ---... (SEAL) Date C\ 'd: %-UC\ Addendum No. 3 (Initials) __ _ Addendum No. 4 (Initials) __ _ Respectfully submitted : Contractor .i,....,....J...u.l.~.::;.JlooJ........:....:......:.;..::..:...i..;..;:;;;;;;.;..:...:...1.J,-,4,"4<" By l,uf'). (P::;,,/:Principal) L~~ (Signature) Address Po &Dr 9;,()o 5'19 ~\0::-) S pv 1o qSi 1 :SO:::J:SW,6-DS19 (Printed) Telephone 0\ ld"-·ffi1 -1 )9 °l E-Mail ------------- 5-3 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident 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. Nonresident 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 . W BIDDER: Signature: L~cg ~ &01 ~IDCl 0DSJLli-os-f1 City tate Zip Title : Qr ruSCX2n:k (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 6-1 FORT -WORTH ""-,-•9• rr-" City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY . · ··f . If the total dollar value of the contract is $25,000 or.more, the M/WBE goal is appli.cable . . ·L ., . If the fota l doll ar value 'of the' contract is less than $25 :oob ;'the M/WBE oal ·is not'a licable.· POLICY STATEMENT It is t he po li cy of t he City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Ente prises (M/WBE) in the procurement of a ll goods and services to the City on a contractual basis. All requirements a nd regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS T he City 's M/WBE goa l on t his proj ect is 10 % of the total bid (Base bid applies to Parks an d Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by e ither of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 1. Subcontractor Utilization Form , if goal is received by 5 :00 p.m ., five (5) City business days after the bid met or exceeded : opening date, exclusive of the bid open ing date. 2. Good Faith Effort and Subcontractor rece ived by 5:00 p.m., five (5) C ity business days after the bid Utilization Form , if participation is less than opening date, exclusive of the bid open ing date. state d goal : 3. Good Faith Effort and Subcontractor received by 5:00 p .m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date , exclusive of the bid open ing date . 4. Prime Contractor Waiver Form , if you w i ll received by 5:00 p .m ., five (5) City business days after the bid perfo rm all subcontracting/supplier work: opening date , exclusive of the bid open ing date. 5. Joint Venture Form , if utilize a joint venture received by 5:00 p .m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date . FAlLURE TO COMPLY WITH T,HE CITY'S MIW,B,EQRDINANCE, WIL,L RESULT IN THE BID BEl~G CONSIDERED . . '· ; . <'/' : ·'·' . . ,:, ' }. 'NON-RESPONSiVE TO SPECIFICATk>NS , "' . . . . Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 FowrWORTH a a '"-in w m11 •v• .ly and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000 , the M/WBE oal is not a plicable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements anc regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is ____1Q__% of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SU MITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department , within the following times allocated , in order for the entire bid to be considered responsive to the specifications . I 1. Subcontractor Utilization Form , if goal is received by 5:00 p.m ., five (5) City business days after the bid met or exceeded : opening date , exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Util ization Form, if participation is less than opening date , exclusive of the bid opening date . stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Util ization Form, if no M/WBE participation: opening date, exclusive of the bid openinQ date. 4. fi>rime Contractor Waiver Form , if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work : opening date , exclusive of the bid opening date . 5. ' oint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid ton et or exceed Qoal. opening date, exclusive of the bid opening date . FA ILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 871-6104. Rev. 5/30/03 FORT WORTH -~~ I PRIME COMPANY NAME: Gibson & Associates, Inc. PROJECT NAME : City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 Check applicable block to describe prime I M/W/DBE I X I NON-M/W/DBE Bridge Repainting @ Various Locations (2006-21) BID DATE September 28 , 2006 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 10% 10.07 % GS93-020930260730 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications . The l undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications I M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geograph ic area of Tarrant, Park:!r, Johnson , Collin, Dallas , Denton , Ellis, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor , i.e., a direct pay ent from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its s wpplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Age ri cy (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Ente rprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given cred it as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aQreement. Rev . 5/30/03 fORTWORTH ~ . I ATIACHMENT 1A Page 2 of 4 P~mes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority , Women and non-M/WBEs. I Please list M/WBE firms first , use additional sheets if necessary. I SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Walnut Hill Paint Company 2720 Royal Lane #172 Dallas TX 75229 972-4~4-5800 972-4,4-5706 I I Certification (check one) N 0 T i---.-------.-----.-~-1 N T n e M r B E 1 X W C X M B T D W E R O B C T E A Detail Subcontracting Work Detail Supplies Purchased Paint Supplier Dollar Amount $38,550.26 Rev . 5/30/03 ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms first , use additional sheet s if necessary . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T Address e M w C X M Subcontracting Work Supplies Purchased Telephone/Fax r B B T D VI R 0 B E E C T E Dollar Amount I A I Rev . 5/30/03 Fo~r 1o]TH I Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTA ~ DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $38,550.26 00.00 $38,550.26 ATTACHMENT 1A Page 4 of 4 The Contractor will not make additions , deletions , or substitut ions to th is cert ified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form , the Offerer further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements subm itted with the bid. The Offerer also agrees to allow an aud it and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interv iews with owners , principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work pe rformed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for term inat ing the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Lo cal laws concerning false statements . Any failure to comply with this ordinance and create a material breac ~ of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Authori zed Signature I Presid L t Titl e I G ibso n & Associates Inc. P.O. Box 800579 Ad d ress Balch Springs, TX 75180-0579 City/State/Zip W illiam J . Gibson Printed Signature Ramona Jolley Contact Name/Title (if different) 972 -557-1199/972-557-1552 Telephone and/or Fax r jolley@g ibsonassoc. net E-mail Address September 29 , 2006 Date Rev. 5/30/03 CITY OF FORT WORTH, TEXAS DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS SPECIAL PROVISIONS FOR: BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21) PROJECT NO. GS93-020930260730 1. SCOPE OF WORK: The primary objective of this project is to clean and repaint the steel superstructures and bent caps of the following bridges : E Seminary Dr EB at Sycamore Creek, Long Ave EB & WB at Marine Creek , N University Dr NB at West Fork Trinity River , and S University Dr NB & SB at Clear Fork Trinity River. 2 . AWARD OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the bid and bid alternate which are considered to be in the best interest of the City. Contract will be awarded to the lowest responsive bidder. 3 . WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 4 . WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways , easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this contract. 5 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . At the sole discretion of the City , the City reserves the right to add, delete , or substitute locations in this contract. When the quantity of wo rk to be done or materials to be furnished under any major pay item of the contract is more than 125% of the quantity stated in the contract , whether stated by Owner or by Contractor, then either party to the contract, upon demand , shall be entitled to negotiate for revised consideration on the portion of work above 125% of the quantity stated in the contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the contract is less than 75% of the quantity stated in the contract, whether stated by Owner or by Contractor, then either party to the contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the contract . This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this contract. 8 - 1 A major pay item is defined as any individual bid item included in the proposal that has a total cost equal to or greater than 5 percent of the original contract. A minor pay item is defined as any individual bid item included in the proposal that has a total cost less than 5 percent of the original contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15% as described herein below, agreed upon in writing by the Contractor and Department of Transportation and Public Works and approved by the City Council after said work is completed, subject to all other conditions of the contract. As used herein, field cost of the work will include the cost of all workmen, foremen, time keepers, mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable portion of premiums on performance and payment bonds, public liability, Workers' Compensation and all other insurance required by law or by ordinance. The Assistant Director of the Department of Transportation and Public Works or his representative will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15% of the actual field cost to be paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced with the actual field cost as herein specified. Upon request, the Contractor shall provide the Assistant Director of Transportation and Public Works or his representative access to all accounts, bills and vouchers relating thereto. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 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 Engineer. If not shown, then applicable published specifications in either of these documents 8 -2 may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 8. CONTRACT DOCUMENTS : Bidders shall not separate , detach or remove any portion , segment or sheets from the contract documents at any time . Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "nonresponsive " and rejecting bids or voiding contract as appropriate and as determined by the Assistant Director of the Department of Transportation and Public Works . 9 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 10. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 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. This traffic control plan shall be submitted for review and approval to Mr. Charles R. Burkett , City Traffic Engineer, Department of Transportation & Public Works , at least 1 O working days prior to the pre-construction conference . Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the time frame established in the Notice to Contractor. The Contractor will not remove any regulatory sign , instructional sign , street name sign or other sign that has been erected by the City . The Contractor shall not install any sign on a city post, pole , or structure without first obtaining permission from the Engineer. If it is determ ined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8107), to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . 8-3 11. PAYMENT: The Contractor will receive monthly payment (minus 5% retainage) from the City for all work generated within a pay period. Payment of the remaining amount shall be made with final payment and upon acceptance of the project. 12. DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the fa ilure of the City to provide information or material , if any , which is to be furnished by the City. When such extra compensation is claimed a wr itten statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however , be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 13. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic with in the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs ," Item 524. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No . 1." 14. 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"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No . 10056). 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 w ithin the flood plain . Any expenses associated with obtaining the fill perm it , includ ing any necessary engineering studies, shall be at the Contractor's expense . In the event that the Contractor 8-4 disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director 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 . No temporary storage of material, rubble, equipment or vehicles within Parkway is allowed. Damage to sodded/landscaped areas would be replaced at Contractor's expense to the satisfaction of City Engineer. 15. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer prior to construction a schedule outlining anticipated time each phase of construction will begin and be completed, including clean up time . 16 .ZONING REQUIREMENTS: During the construction of this project , the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17 .QUALITY CONTROL TESTING : (a) The Contractor shall furnish, at its own expense , certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in-situ material on this project will be performed by the C ity at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contracto r and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furn ish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. 8-5 (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 18. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 19 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 20 . RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriaµtes..x.i' .. ~''l.ur~·"4iLQ.l.ol;;;.....--, 8 -6 (""i'c~lh'j 'i j p,K;r'i:~/i)j)I ~(!nt.. i-Lh ~'S,1::7',J ~~ tlW ~~e~~i~V :C 'i? ~.,,: R, ~'ii'ij 'ii'fi:\\? n. tr:::i,'~,m , u~2t , in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies as follows : 50 copies and under $0 .10 per page. More than 50 copies $0 .85 for first page plus $0 .15 for each page thereafter . (d) "Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transact ions to the subcontract and further , that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits ." 21 . SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY : The Contractor shall be responsible for restoring the site to original or better conditions after completion of his operations subject to approval of the Owner. Replacement shall be in kind or better. At the Contractor's discretion, digital photos may be taken of existing conditions for documentation. The burden of proof as to pre-project site conditions is the sole responsibility of the Contractor. The Contractor shall immediately repair or replace any damage to private property, including but not limited to fences, walls, pavement, and water and sewer services, at no cost to the Owner . All costs for site restoration , repair or replacement to private property and documentation shall be considered subsidiary to the project contract price and no additional payment will be allowed. 22 . EXISTING UTILITIES : 8 -7 (a) The Contractor shall be responsible for verifying the locations of and protecting all existing utilities , service lines, or other property crossed or exposed by his operations . Contractor shall make all necessary provisions for the support, protection , relocation, and/or temporary relocation of all utility poles, gas lines , telephone cables, utility services, water mains, sanitary sewer lines , electrical cables , drainage pipes, and any other utilities and structures both above and below ground during operations . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all costs incurred for the protection and/or temporary relocation of such facilities shall be subsidiary to t he contract amount. NO ADDITIONAL COMPENSATION WILL BE ALLOWED . (b) Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction or better unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Owner at once of any conflicts in grades and alignments . (c) In case it is necessary to change or move the property of any Owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Owner. The right is reserved by the Owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. 23. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work to be performed under this Contract, the Contractor shall: (a) Comply with the safety standards provisions of applicable laws, building and construction codes and the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596 and subsequent amendments), and the requirements of Title 29 of the Code of Federal Regulations , Section 1910 or 1926 as applicable. (b) Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. (c) The attention of the Contractor is directed to the Requ irements (including permitting and recording) of the Confined Space Entry Regulations that are under OSHA. 24 . CONFINED SPACE ENTRY PROGRAM : The Contractor shall produce a written document explaining the confined space entry program to be implemented on this program. At a minimum , the submitted program shall be in compliance with all applicable OSHA requirements regulating confined space entry. 8-8 CONSTRUCTION NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No . 2 -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as d i rected by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall i nclude , but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition , on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right -of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No. 3 -PROJECT SCHEDULE : Contractor shall be responsible for producing a project schedule at the pre- construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time . Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date will be outlined in the Work Order Notice . Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and ma i ntain ing the project schedule shall be considered subs idiary to this contract. NON-PAY ITEM No. 4-CLEARING AND GRUBBING : All objectionable items within the limits of th is project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102 , "Clearing and Grubbing." Project limits shall be considered areas within 6-feet of the structure(s) and any area that is required for access to the structure(s). However, no direct payment will be made for th is item and it shall be considered incidental to this contract. 8 -9 PAY ITEM No. 1 -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs at each location where work is underway and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM No. 2A, 28, 2C, 20, 2E & 2F -CLEAN, PRIME AND PAINT STEEL SUPERSTRUCTURE 2.1 DESCRIPTION This Item will cover surface preparation, existing paint removal and repainting of steel superstructure of bridge and any attached utility lines. 2 .2 MATERIALS All paints are required to comply with TxDOT SPEC. DMS-8100 and shall be purchased in open market. Approved materials are: •Sherwin-Williams rust penetrating Macropoxy 920 Preprime B58T101/858V1 , •Sherwin-Williams Recoatable Epoxy Primer 867 A5/867V5 , •Sherwin-Williams Hi-Solids Polyurethane 865 300 series/B60V30 paint, and •Approved Equivalents 2 .3 CONSTRUCTION METHODS Methods of surface preparation and repainting will be according to TXDOT 2004 Specifications (Item 446). 8 -10 2 .3 .1 Cleaning. Contractor shall hand remove all loose corrosion to steel, primer and paint. Concrete columns and footings to wh ich railings are attached , shall also be cleaned of rust stains and road oils. 2.3.2 Cleaning of Steel Structures. All steel surfaces to be treated under this contract shall first be power washed at a minimum of 3ij00 psi and 3-4 gpm water to remove foreign materials . Any paint placed on the surrounding concrete shall be removed immediately. Rigging and scaffolding shall be sufficient to make all of the work readily accessible for proper performance of cleaning and painting operations as well as proper inspection and measurement by the Engineer or his representative prior to and after each application of surface treatments. Contractor will be required to meet the rules and regulations for worker safety in a leaded environment. The rule and regulations include , but are not limited to the following: Contractor, at his expense , shall exercise the necessary precautions to contain refuse, dust and paint overspray generated during cleaning and painting operations. Containment shall be such that all falling material is completely contained and collected daily and stored in appropriate containers at a site approved by the Engineer. Hazardous and non-hazardous refuse will be stored separately. Disposal of collected non-hazardous refuse shall be at the Contractor's expense and in accordance with Federal, State and local rules and regulations . The Contractor is responsible for the security of refuse until disposal is completed. Materials containing leachable hazardous metals shall be disposed of as in accordance with Federal , State and local rules and regulations , at the Contractor's expense. 2.3 .3 Paint Removal and Disposal. The Contractor is responsible for compliance with applicable Federal and State regulations and industry standards when performing the work of paint removal , handling and disposal, including but not limited to : a . Removal of Lead Coatings : ANSI Z88 .2 , 29 CFR 1910 , 29 CFR 1926 , 30 TAC 106 , and 30 TAC 111 . b . Identification and Classification of Wastes : 40 CFR 260 -262 , and 30 TAC 335. c. Transportation and Disposal of Lead Materials: 40 CFR 263 , 40 CFR 268 , 49 CFR 171 -173 , 49 CFR 178 , and 30 TAC 335. d. Nuisance: 8 -11 30 TAC 101.4 e. Dry Abrasive Cleaning : 30 TAC 106 .452 f. Other Sources : 30 TAC 111.111 (a) (8) The Contractor is responsible for the control of waste material generated during the Project. The Contractor shall utilize a shroud/tarp in a manner that protects the surrounding environment and collects all waste material generated at the site. The type of shroud/tarp is to be approved of in advance , prior to use. Any shroud/tarp used during the Project shall be free of holes or tears and shall be anchored to the bridge. If one or more shrouds/tarps are utilized in series the seams shall overlap . Waste material shall be removed from the shroud/tarp frequently and waste material shall be stored in DOT approved 55-gallon steel drums. Waste generated from the project shall be stabilized using Portland Cement Concrete , (ltem#408 , City Specs.) in order to reduce leaching from the waste . By stabilizing in waste material , the resulting material should gain a Non-Hazardous Waste classification . All waste shipment manifests must be reviewed , approved , and signed by a City representative . The disposal site is to be approved of by the City , prior to any shipments . 2.3.4 Steel Primer and Paint. One (1) coat of Sherwin-Williams rust penetrating Macroproxy 920 pre prime B58T101 /B58V1 , or approved equal , shall be applied 2.0 mils OFT over entire steel surface . An additional coat of Sherwin-Williams Recoatable Epoxy Primer 867 A5/B67V5, or approved equal , shall be appl ied 6 .0 mils OFT to areas where bare metal is exposed. Two (2) coats of Sherwin- Williams Hi-Solids Polyurethane 865 300 series/B60V30 paint , or approved equal, shall be applied over primed surfaces at 3.0 to 4.0 mils OFT each coat. Color shall be as listed in the table below and subject to approval of Engineer. Bridge Location E Seminary EB at Sycamo re Cree k Long Ave EB & WB at Marine Cre ek N Un ivers ity NB at West Fork Trin ity R iver S Univers ity NB & SB at Clear Fork Trinity R iver Color Alum inum o r silver Parks green or approved equivalent Essex green or approved equ ivalent Essex green or approved equ ivalent The complete coating system shall be supplied by the same manufacturer and applied in accordance with manufacturer's 8 -12 specifications . If, after the final prime coat and before the appearance coat has been applied, time has lapsed such that road film from rain or other occurrences have contaminated the primed surface, the entire primed surface of the structure will be pressure washed using a biodegradable detergent and flushed with clean fresh water and thoroughly dried before application of the appearance coat. The Contractor shall secure from the paint manufacturer labor form LSB-OOS-4, "Materials Safety Data Sheet" for each of the coatings to be used on this project. 2.4 MEASUREMENT Bridge Painting will be paid lump sum per location. 2.5 PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for bridge painting as specified. This price shall be full compensation for all materials, labor, equipment, supervision, incidental work necessary to complete this Item, and related services. PAY ITEM No. 3A, 38, 3C, 30, 3E & 3F -CLEAN, SEAL AND PAINT TOPS OF BENTS: Contractor shall first clean tops of all concrete bents and abutment bearing seats of debris, soot, and other foreign materials using power washing in the same manner prescribed for steel surfaces in Pay Item 2. The horizontal surfaces shall be sealed with one (1) coat of Sherwin-Williams Macropoxy 920 preprime B58T101/B58V1, or approved equivalent, applied 1.0 to 2.0 mils OFT over entire surface. One (1) coat of Sherwin Williams A-100 Exterior Latex Satin paint, or approved equivalent, shall be applied to the horizontal surfaces and the upper six inches (6") of each bent or bearing seat. Color of such treatment shall be concrete grey. Bent and abutment bearing seat sealing and painting will be measured by lump sum. Payment will be made by unit price bid for "Clean, Seal and Paint Tops of Bents." This price shall be full compensation for all materials, labor, equipment, supervision, and related services. PAY ITEM No. 4 -TRAFFIC CONTROL Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority 8 -13 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. This traffic control plan shall be submitted for review and approval to City Traffic Engineer, Department of Transportation & Public Works, at least 10 working days prior to the pre-construction conference. Measurement shall be lump sum . Payment shall be made by unit price bid for "Traffic Control." Such price shall be full compensation for all materials, labor, equipment, supervision, and related services. PAY ITEM No. 5-REMOBILIZATION This item shall compensate the Contractor to remobilize personnel , equipment, supplies , and material to perform additional work as directed by the Engineer. Remobilization will be considered when the final appearance coat has been applied to the structure, the bent caps and abutment seats have been sealed and painted, and personnel and equipments were demobilized. Remobilization shall be determined by the Engineer. Requests for reimbursement of remobilization expenses shall be denied unless prior approval is granted by the Engineer. The unit price bid per each will be full compensation for all labor, equipment, material , tools, and all incidentals necessary to complete the work. 8 -14 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City ?,f Fort Worth Project Bridge Repainting at Various Locations (2006-21) and City of Fort Worth Project No. GS93-020930206730 . STATE OF TEXAS OAl(ac;. OUNTY OF TAARANT § § § Before me , the undersigned W ~ I ! i tt(lt!\ . qi~CW1 CONTRACTOR: Title : 9/'"-e ~1'c/,ur... /- Date : /;; /,. g/~" authority , on this day personally appeared known t me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of I Pres ,d -c vi t for the 'urposes and considerat ion therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~ day of Decevukd , 20.!)1. f@;v; (a) Contr e ity a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section . (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City . r, ,., n ,, n '1 '1 ,., .., ri ,, ! DATE(MM/DD /YY) ACQRDrM CERTIFICATE OF LIABILITY INS URANCE 12/2 7/06 PRODU CE R T HI S CE RT IFI CA T E IS I SSUE D AS A MATTE R OF I NFO RMAT I ON ONLY Aon Ri k services of Te xas, Inc . Ci tyPl ce center East AN D C ON FE RS NO RI G H TS U PON H I E C ERTI F I CA TE H OLDE R. T HI S 2711 N irth Ha skel l Avenue CE RT I FICATE DOES NOT AMEND , EXTEND O R ALTE R H I E S uite 800 COVE RAGE AFFO RDE D BY H I E PO LI C I ES BELOW. Dallas TX 75204 USA PII ONE · (2 14) 989-0000 FAX-(214) 989-2580 I NSU R ERS AFFO RDI NG COVE RAGE INSU RED I rNSURER A. Hartford underw r i ters Ins . co. Gi bs on & Associates Inc. INSU RER B· T w in city F i re I n suran ce compa n y P . o . Bo x 8 00579 Ba l ch S prings TX 751800579 USA INSU RER C Hartfo rd F i re Ins u ra nce Co. INSU RER D RSUI Indemnity Compa n y INSURE R E: COVER AG EJS T his Certifi cate i s n o t i ntend ed to specify all endo r se m en ts, covera_ges, terms, conditio ns and excl usions o f the p o l icies sh o wn . SIR May A ppl y THE POLICH S OF I NSURANCE LISTED BELOW HAVE BEEN I SSUED TO T H E I NSURED NAMED A BOVE FOR THE POLICY PERIOD I NDICATED , NOTWITHSTANDING ANY REQUI EMENT, TERM OR CON DITION OF ANY CONTRACT OR OT H ER DOCUMENT WITH RESPECT TO WH ICH THIS CE RTIFI CAT E MAY BE ISSUED OR MAY PERTAIN, Tl E I NSURA CE AFFORDED BY THE POLI C I ES DESCR I BED HER EIN IS SUBJECT TO A LL THE TERMS , EXCLUSIONS AN D CONDIT IONS OF SUC H POLICIES . AGGREGAT LIMITS SHOWN MAY HA VE BEEN REDUCED BY PA ID CLAIM S. I NS R PO LI C Y EFFECT I V E POLI CY EX PIRATI O N LTR TYPE OF I NSU RANCE PO LI C Y NU~I BER DATE(M~I \DD\YY) DATE(~l 1\I\DD\YY) LIM I TS B GEN ER A LIA BI LITY 46CQT1551 06/30/06 06/3 0 /07 EAC H OCCURRENCE $1 ,000,000 -General Li abi lity X COM~ ERC IAL GENERAL LI AB ILITY FIRE DAMAGE(Anv one fire) $300 ,000 -S MADE 0 OCCUR (LAI! MED EXP (Anv one person) $10,000 -PER SONAL & ADV INJURY $1,000,000 - -GENERA L AGG REG ATE $2,000,000 GEN 'L AGJ REGATE Ll ~IIT AP PLIE S PER PRODUCTS -COMP/O P AGG ~ POLIC ' 0 PRO-0 $2,000,000 JECT LO C I C AUTOM( BILE LIABILITY 46UENQT15 5 2 06 /3 0 /06 06 /3 0 /07 COMB INED SINGLE LIMI T -Bu s in ess Au to (Ea accid ent) $1,000,000 X ANY UTO -ALL< WNEDAUTOS BO DILY INJUR Y -( Per person) SC HE JULED AUTOS -HIRE ! AUTOS BOD ILY INJURY -(Per accident) NON < JWNEOAUTOS -PR OPERTY DAMAGE -(!>er accident) GA RAG E LI AB ILITY AUTO ONLY -EA ACC IDE NT 1 N~Y UTO OT HER THAN EAACC AU TO ONLY AGG D cr:::t AIJ ID NHN035565 06 /30/0 6 06/30/07 EACH OCCURRENCE $15,000,000 umbre l la Liability $15,000 ,000 CLAIMS MADE AGGRE GATE ~ DED U TIBLE RETE , 1TION $10,000 A WORKE RS COJ\I PE NSAT I ON AND 46WEQT1550 06/30/06 06/30 /07 IWC STATU-1 I OTH- Wo rk ers Compen sation TO RY LI MITS ER EM PLO E RS' LIA BILI TY E L EAC H ACC IDENT $1,000,000 I EL DISEASE -POLI CY LI MIT $1,000,000 E.L. DISEASE-EA EMPLOYEE $1,000,000 OT H ER DE SC RIPTION OF ( PERA TIO NS/LOCAT IO NS/VE HICLES /EXCLUSIO NS AD DED BY EN DOR SE MENT/SPEC IAL PROV I SIONS RE: Bri dge Repa in t ing at va riou s Locations (2 006 -2 1 ). Project No. GS93-020930260730. If requ i red by w r itten co n tract sig n ed b y t he Named I n s ured, cert i f i c at e Holder i s named Additi ona l Insured o n a CE RT IFICATE HO L DE R CANCELLATIO N C i ~y of Fort worth SHOU LD ANY OF THE ABOVE DE SCR IB ED POLI CIES BE CANCE LL ED BEFORE THE EXPIRAT ION D epartment of Tran s po r tatio n DATE TH EREO F, THE ISS UI NG COMPANY WIL L ENDEAVOR TO MA IL & Public works 30 DAYS WRITTE N NOT ICE TO THE CE RTIFI CATE HOLDER NAMED TO THE LEFT . 1000 Throckmorton Street BUT FA ILURE TO DO SO SHALL IMPOSE NO OBLIGA TIO N OR LI AB ILIT Y Fort wort h T X 76102 USA OF ANY KI ND UPO N THE COM PANY , IT S AGEN TS OR REPRES ENTA TI VES AUT HORI ZED RE PRE SEN TAT IVE ~ i<'w.6 S e~d-tJt!. "7e=4 , .!JP~.:-~ AC ORD 25-S (7/97) AC ORD CORPORATION 1988 ,_ o; :;: C :c C ~ C <C Lr C " C C " Lr C 2 • ~tt a~hm ent to A CORD Certific ate for Gi bsoo & Assoc i ates Inc . The te ms. cond iti o n s a nd p rov is io n s noted be low a re h ere by a tt ac hed to th e ca pti o ned certific a te as ad ditional de sc ripti o n of the cove rag . a fforded by the in s ure r(s). Th is a tt ac hm ent do es n ot contain a ll te rm s . conditi o ns . coverages o r exc lu s ion s cont ai ned in th e po l icy. I INSURED Gibson & Associates Inc . P . 0 . BOX 800579 Balch Springs TX 751800579 USA INSU RER INSU RER INSURER INSU RER I SURER ADD IT \ONAL POL I C I ES l fa po l ic y below does no t inc lud e limit in formation refer to the cor respond in g policy o n th e - certifi cate fo rm fo r poli cy l imi ts. I POLI C Y PO LI C Y I NS R TYP E OF I NSU RA NCE POLI C Y NU .\I BER EFFEC TIYE EXP IRA T IO N Ll~II TS LT R POLI C Y DESCR I PTION DATE DA TE I I I I I I DESCRIPTIO N OF OPERATIOI\S /LOC ATION SN EHICLE S/EXC LUS ION S ADDEO BY ENDORSEMENT/S PEC IAL PROVIS IO NS Pr i mar y Basis for coverages e x cept workers' compensatio n. Certifi ca te No : 570020560110 THE STATE OF TEXAS OF TARRANT § § § Bond No. 82068 474 PAYMENT BOND KNOW ALL BY THESE PRESENTS: COUNTY That we , (1) ______ G_i_bs_o_n_&_A_s_s_o_c_ia""""te __ s.a...;1 ..... l_n_c __ . _____ , as Principal herein , and (2) Federal Insurance Company , a corporation organized and existing under the laws of the State of (3) Indiana , as surk ty , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein, in the amount Three Hundred Eighty Two Thousand, Nine Hundred Dollars and No Cents Dollars ( $382,900.00 ) for t he I payment whereof, the said Principal and Surety bind themselves and their heirs , executors , administrators , successors and assigns , jointly and severally , firmly by these p resents : WHEREAS, the Principal has entered into a certain written contract with the Obligee dat d the 1 ih day of December , 2006 , which contract is hereby referred to and made a pa 1 hereof as if fully and to the same extent as if copied at length, for the following project: BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21} Project No. GS93- 020930260730 . NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract , then this obligation shall be void ; otherwise , to in in full force and effect. PROVIDED , HOWEVER , that th is bond is executed pursuant to Chapter 2253 of the s Government Code , as amended , and all liabilities on this bond shall be determined in ace rdance with the provisions of said statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED th is 1 ih day of December , 2006 . Gibson & Ass ociates, I nc . PRINCIPAL ATTEST: (Prt'n~ By : _ _....l ),~~~-Q ......... ~--=-~~=---<7 '. ~/__/ Name: ___.fJ"-"'--J """1-::;;.,;t /:;_;_,_ a......;..;.IA-1_;__.J_· _-_L.:r-_.c._o_s_o_..., __ Title : __ -7,_r _e_.,_1 ·_cl_-e._ .... _; _______ _ (SE AL) Address : 11210 Ryliecrest Balch Springs, TX 75180 Witness as to Principal Federal Insurance Company ATT~ Secetary SURETY'lndz. By:~~£> Name: Christine Davis Attorney in Fact (SE AL) NOTE: (1) (2) (3) Address : 15 Mountain View Road Warren, NJ 07059 Telephone Number: 908-903-3485 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. Bond No . 8 2 068 4 74 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That we , ( 1) ____ ____;G:;;_;i=b-=-s....:;.o.c..;;n.....;&;:;..;...a..A..;;..;;s;;...;;s;;...;;o;..;;c;.:.;ia=t=e-=-s.._1 .c.cln.;;..;cc..c.. _____ , as Principal herein , and (2) Federal Insurance Compan y a corporat ion organized under the laws of the State of (3) _rn_di_· _an_a _______ _ 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 T arrant and Denton Counties , Texas, Obligee herein, in the sum of Three Hundred Eighty Two Thousand, Nine Hundred Dollars and No Cents Dollars ( $382,900.00 ) I for the payment of which sum we bind ourselves, our heirs , executors , administrators , J uccessors and assigns , jointly and severally , firmly by these presents . WHEREAS , Principal has entered into a certain written contract with the Obligee q ated the 12th day of December , 2006 , a copy of which is attached hereto and ade a part hereof for all purposes , for the construction of BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21) Project No. GS93-020930260730 . I NOW, THEREFORE , the condition of this obligation is such , if the said Principal shall 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 Obligee for all outlay and expense that Obligee may incur in aking good such default , then this obligation shall be void ; otherwise , to remain in full f rce 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 d etermined in accordance with the provisions of such statute , to the same extent as if it w r re copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED th is 12th day of December , 2006 Gibson & Associ ates, Inc . PRINCIPAL TIEST : %'.in~~ By : ___ L./.....:.>VL ........ , ....... 4<>-"'"---1--p _,_,d~~~- ::f_ !n t S'O "1 . ' Name : ?tb 1-/ ,q .,..... nl Title : ?,.. e '5 1' J-e. <-1... I- (SE AL) Address : 11210 Ryliecrest Bal ch Springs, TX 7 5180 itness as to Principal Federal Insurance Company ATI ~ . tYJAf Secretary (h EAL) SUR @u _ By : ~UuitL> Name: Chris tine Davis Attorney in Fact OTE : (1) (2) (3) Address : 15 Mountain View Road Warren , NJ 07059 Telephone Number: 908 -903-3485 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. TH E STATE OF TEXAS COUN T Y OF TARRANT KNOW ALL BY THESE PRESENTS : § § § MAINTENANCE BOND That __ G_i __ b_s_o_n_& ____ A_sa,...sa....o;....c_i_a_te_s~,-'-n-c_. ____ ("Contractor"), F edera l Ins ur a n ce Comp a ny Bond No. 82068 474 as p ri ncipal , and , a corporation organized under the laws of the State of Indi a n a ("Surety "), do hereby ackn o ledge themselves to be held and bound to pay unto the C ity of Fort Worth , a Municipal Corporat ion chartered by virtue of Constitut ion and laws of the State of Texas , ("City ") in Tarrant County , Texas , the sum of Three Hundred Eighty Two Thousand, Nine Hundred Dollars and No Cents Dollars ( $382,900.00 ), lawful money of the United States , for payment of wh ich sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators , ass igns and successo rs, jointly and severally . Th is obl igation is condit ioned , however, tha t: WHEREAS , sa id Contractor has this day entered into a written Contract with the C ity of Fort Worth , dated t He 12th of December , 20 06 , a copy of wh ich is hereto attached and made a part hereof, for the performance of the follow ing described public improvements : BRIDGE REPAINTING AT VARIOUS LOCA ljlONS (2006-21) the same be ing referred to herein and in said contract as the Work and being designat ed as project number(s) GS93-020930260730 and said contract , including all of the specifications , con d itions , addenda , change orders and written instruments referred to therein as Contract Documents be ing incorporated herein and being made a part hereof; and , WHEREAS , in sa id Contract , Contractor binds itself to use such materials and to so construct the work that it wi I remain in good repair and condition for and during a period of after the date of the final acceptance of the wor by t he City ; and HEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of 2 (Two) Years ; and WHEREAS , said Contractor binds it se lf to repair or reconstruct the Work in whole or in part at any t ime within s1id period , if in the opinion of the Director of the C ity of Fort Worth Department of Engineering , it be nece ssa ~; and , WHEREAS , sa id Contractor binds itse lf , upon rece iv i ng notice of the need therefore to repair or reco n struct sa id Work as herein prov ided . NOW THEREFORE , if said Contracto r shall keep and perform its said agreement to maintain , repair or reconstruct said Work in accordance w ith all the terms and condit ions of said Contract, these presents shall be null a nd vo id , and have no force or effect. Otherwise , this Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Co ntract. Th is obli gation shall be a continu ing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed in _6_ counterparts , each of which shall be deem ed an origina l, th is 12th day of December , AD . 2006 . Gibson & Associates , Inc . PRINCIPAL ATTESr (Prinfi~ By : L/#w,.,., p ~ -' -/I) ..../ Name : w I I I£ q:_ ""'1 y . &£ p ~o "1 Title : '?/-es ,·J-e vc. C (SEA IL ) Address : 11210 Ryliecrest Balch Springs, TX 7 5 1 80 Witness as to Principal Federal Ins u rance Comp any Name : Christine Davis Attorney in Fact ~I ~ Witness ~ Address : 15 Mountain View Road Warren, NJ 0 7 059 NOTE: ( 1) (2 ) (3 ) Telephone Number: 908-903-3485 Correct name of Pri ncipal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated . In add ition , 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 . Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constttute and appoint Lisa M. Bonnot, Don E. Cornell, Chris J. Kutter, Robbi Morales, Luke J. Nolan, Jr., Jerry P. Rose and Christine Davis of Dallas, Texas,------------- ~ as their true and lawful Attorney-in-Fact to execute under such designation in their names and to afflX their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obllgatOI)' in the nature thered (other than bail bonds) given or executed in the course o( business, and any instruments amending or altering the same, and consents to the modification or alteration o( any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMP~Y, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and afflXed their corporate seals on this 11 day of JU ly 1 2006 SZ-r:~~ STATE OF EW JERSEY ss. County o( rset On this 11th day of July 1 2006 before me, a Notary Public of New Jersey, personally came Kenneth C . Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which ~':'...,..ttt foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSU,~~ COMPANY, VIGILANT INSURANCE COM>ANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals afflXed to the foregoing Power of Attorney are such corporate seals and were thereto aff1Xed by authority of the By-Laws of said Companies; and that he signed said Pov,,er of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with James E. Altman, and knows him to be Vice President of said Companies; and that the signature J James E. Altman, subscribed to said Power of Attorney is in the genuine handwriting of James E. Altman, and was thereto subscribed by authority of said By- laws and i deJ>o!!ent 's presence. Notarial ~~ A. ~() ~\\OTAR)'~ * -·-• PUBL\~~ +~JE~ KAREN A. EOfl Notarf Public, State of N9w lerMY No . 2~316•7 2()G9 Commission Expires Od. 29, CERTIFICATION Extract from the By-laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COM>ANY: Notary Public "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly mh the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed . The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be afflXed by facsimile to any pov,,er of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatOI)' in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and bindi~ upon the Company and any such pov,,er so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.• I, Kenneth C . Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) t e Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S . TreaS!rf Oepartmen; further, Federal and Vigilant are licensed in Puerto Rico and the U .S . Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of Iha Provinces of Canada except Prince Edward Island; and (i ii) the foregoi ng Power of Attorney is true , correct and in full force and effect . Given under my hand and seals of said Companies at Warren , NJ this December 12, 2006 ende , Assistant Secretary IN T HE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATIER , PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: suretvtnchubb.com T HE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL MEN BY THESE PRESENTS : This agreement made and entered into this the 1 ih day of December , 20 06 by a nd between the CITY OF FORT WORTH , a municipal corporation of Tarrant County, Texas , organ ized and existing under and by virtue of a special charter adopted by the qualified voters within sa id Oity on the 11th day of December, A.O ., 1924 , under the authority (vested in sa id voters by the "Home Rule" provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter terme , Owner, and Gibson & Associates, 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 land performed by the Owner, and under the conditions expressed in the bond bearing even da te ~erewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: BRIDGE REPAINTING AT VARIOUS LOCATIONS (2006-21) Desig ated as project number , __ _;G __ S __ 9 ..... 3_-0 __ 2_0 __ 9 __ 3 __ 0""""2...;;..60 __ 7 ..... 3'"""0 _____ _ 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, t ools , 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 Tran~f ortation and Public Works Department of the City of Fort Worth adopted by the City Council of th ~-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 . C-1 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Department of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the com niencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Department of the City of Fort Worth and the City Counci;il of the City of Fort Worth within a period of 80 (Eighty) working days. I If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Oontract 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 be come due him, the sum of$ 210.00 per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to car fY on and complete the same according to the true meaning of the intent and terms of said Plans ) Specifications , and Contract Documents , then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance w ith 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 fo rt h i the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pa y s id 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 pe rso ~nel 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 , serva rn ts and employees , from and against any and all claims or suits for property loss , property dama~e , 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 C-2 whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written cla im for damages against the Contractor or its su bcontractors prior to final payment, final payment shall not be made until Contractor either (a) su b mits to Owner satisfactory evidence that the claim has been settled and/or a release from the cl a imant involved , or (b) provides Owner with a letter from Contractor's liabil ity insurance carrier th at 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 pu b lic work from a Contractor against whom a claim for damages is outstanding as a result of work pe rformed under a City Contract. 7 . The Contractor agrees , on the execution of this Contract, and before beginning work, to m a ke , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful perto rri ance of the terms and stipulations of the Contract and for the payment to all claimants for labor a nd/or materials furnished in the prosecution of the work , such bonds being as provided and requir~d in Texas Government Code Section 2253 , as amended , in the form included in the Contr1 ct Documents , and such bonds shall be 100 percent ( 100%) of the total contract price , and th e 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 agrees to rece ive , 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 receip~ of invoice from the Contractor. The agreed upon total contract amount (in c lu d ing/exclud ing) alternates N/A shall be THREE HUNDRED EIGHTY TWO THOUSAND, NINE HUNDRED DOLLARS AND NO CENTS $382,900.00 C-3 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 Transportation and Public Works Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached he reto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the partie ~ hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the la s of the State of Texas with references to and governing all matters affecting this Contract, and tHe Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF , the City of Fort Worth has caused this instrument to be signed in Six (6) counterparts in its name and on its behalf by the City Manager and attested by its Secretary , with the corpo liate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in Six (6) counterparts with its corporate seal attached. C-4 Done in Fort Worth , Texas, this the _....;1=2_1 h __ day of --=D-=-ec=e=m=b=e=r __ , 20 06 . (Contractor) BY: ----=L.-lr'-/..__y;w ....... Re--p"""7e.,.,,.s-,,<tfn'-ta-~.__ve.L><~'-"'---'=---'--- (TITLE) I I olt o 8,y, /, e-c.l'e r-1 (Address) !2;0, fe-t .5;?;1nf r , 7K -;5' ?o (City/State/Zip) l'i,lovember 1960 Revised May 1986 !R evised September 1992 !Revised January 1993 ~evised April 1999 Revised June 1999 Revised June 2001 C-5 APPROVED : ft/ DIRECTOR , TRANSPORTATION AND PUBLIC WORKS ATIEST: ~~~ (SEAL) G Ql~']5 contr ac ~ Authorizatioa IQ:19::ct o Date APPROV DAS TO FORM & LEG APPENDIX A: SELECTED CONSTRUCTION PLAN SHEETS OF BRIDGES ····· .... ·'"--------~------·.......----~·· ·-!-;, -_· ·----____;:;;....._ _____ -___________ - r ~ ~ . f ;, .--:- •• ,I • ;j- · .. -· ~ THE CITY OF' FORt TEXAS . .. §t~~Et IM~ROVEM~Nf ~LANS FO~ ~SEM I NARY DRIVE WIDENING a IMPROVEMENfS -.;;,: . I •• ... , J· {· ~ . ..... : .. .,, ·'.. .. . UNIT I SYCAMORE CREEK BRIOGS: . '\ '· J OM'-.ftJ § T fN Jr\ MAYOR !Slffl ;lfrf ~ i4 -f4 -M CONTWRACT ~o. ! . L ~ • ·••·'• '""•--·--· APAtL PUBLIC WORKS DEPARTMENT '· ENGINEERING 01v1s ·io·~ C. M. TRELtfif· DIRECTOR M.W. lMf9 Jfl. CHIEF ENGINEEit:' CARTER e. BUA'G'l" ENGINEERS ' J. L. BROWNLE!-.. CITY MANAGER:' · E Seminary Dr EB at Sycamore Creek ( ; ~ ~ ~ ~ ~~ ~ ----,-I-~_: -=.---t _ ------·-····--------:-i---''--=-~·7+'-'--'-"'-'""-'-""C.:"..C""':.:..:::";.:, ·:.::···::·::.·.::··:.:·.:· ...:.:.:..:..:~ I ~EMltfA-R-1'-._·1 -----i;;,,o,c.• ·-----~-:,.-:.--:---- \ \ E Sem inary Dr EB at Sycamore Creek B-"11.S B le r. CNO.SPANS ·<t-II~· at!./J" SIMPle 11 I &,aM (/N/T 84/lSD " llAJM C 18'·0 .... aarro.H 0,-dGoM etEY.S. .SJIIJLL CCWA:¥'M nJ SLO~ IY /i'ltltJ{',)IUOy 5'Jlll'"ACE ~ (;.Q,4bl~NTDr/J.JllOGC ( K~ ~All/NG ~ra.ev.£ ON -c.:====-tA'YOVT" SJ./Ger)~ W ' Pr!°.O FT. SU)Pe .CWONAY sw~acl dl'-1"' tlit:MOWAY 16'·0- Nr!TC: &JR$~. atVST." Jr. O.VLY (SJJOWN IN sa:T/0,V W /TJ.I UJllG~R D/AM&71!R $)'MlJOt.) ).. t SE CT I ON 'C· C' ( TYP IC AL X·SECTION l SCAL[l/2.•l·O NOTc : · · . ~R-~U= ~ SUd.t.J. ~ IMST4tLCO . . , ..... ONroP~STll,N«"JM : . . , ATINTCli'J"a:7/0VPOINT ... . . ·:. ' . .cu. Sl.J1~ CQ4JST. JT.S. W11l. STOP All COP.Pell ~ SJ.IALl STR!/VG~R MMdA. f...!..A.!I .,. DETA I L OF COPPER WATER STOP ., '/.: :,, ~Jt.4 11 SIAIPL& I BCAM UNtr K 'tra:wr. I M4M evrr -?:,.f-'-·0.;;o,..~t:N"N",;~c;,,oc.,.,"'"-,:~oo~.~=-r.,.... __ JJo,Pe,.,....,,,,,c.,.l<.<r.,.... -1·1-~Jr. Rr:'INr'. sreeL ll/,l"OPENINU (5' '"""~ t,, .. ~ . ..,.."-'",.,...,.,..,..,,,,..-:,,b ,,.,..~.,.....-=='1 ~NO.SPAN e2 SAllS ,4 2, 8,tJIIS LJ ~-:, =g .5*i .tVJ. 2d BAJIS e; (Clf/lM SAIJAIONLY) 4.5 IJA,(',SJ.I 24 8AllS.Ji 2d MIJS.J, 4 /JJJR.SL , J IJ.AA.SJ.2 ,/8 BANS I< Rel.VF. .sr~£L- t~lllOll SMN 22 &,PS A 2!1 BAAS .8 2.! BA/IS C lJO B,A,e.S D 2d &:J&J.S e (ONe S PAN ONLY) 45 84NS/.I 2.! 6AllSJ1 2J ,B.A/1.SV, ~I. BAil$ K , &!IJQING, INTC/1/0,fl ~D/Afl3AM( COl!eR P<..~re SECTION 'A-~ SCAL[ 31<4••1'·0• s·-~ s,,.,,,-s SECTION .'B ·B' S CAL E 1 14•. l'·o• 1NreR/OQ. STQ//1/Ge.Q .s.tJFeTYClJ. ST.P/Nelell DEAD LOAD DEFLECTION DIAGRAM FOR 130' CONT. 1 BEAM UNIT (CONCRETE II RAILING ONLY) CONSTRUCTION PROCEDURE .4F"To:l ,tU.L STOl/CTUl'l.1/JL sreeL IS eP~CTCD 4N .4CCV.QAT& M~..CS l/AeMeNr S/./4L L ~MAO&~~ e'L~VAT/ON or TJ/e 8UM FL.,tJJVveS .4T AL£ CCWT~ POIN7S. SVlJ.SC~NT J"&TTIN6 Or FORMS, Pr/..,dC/NG; F INI.SU/NO OF"CONC"Rere ~LL BC ~.RNCO 6Y r~ese MeASV~Me"NT:S'; TAK/IV($ /Nn:J ~a"'Ot!NT T~ oe;rLCCTI ONS SJ.IOIVN i31!,0V~. NOT~: dtt. STAUCTl/,lltU. STe£L ,S,1/dLL ~ ~«-ereo ~ R.AC/N6 a,,.c-~e. &!'(;IN/Nd 0.,:, e.Vo "" /~t (YVNI T 6 • 2G'-'o11 0 © ® @ @ POUR I NG SEQUENCE NO SC A L E ste:n ,a,1 130 CONT. I BM. UNIT SY CAMO R E CR E E K BRIDGE SEM INARY DRIVE WIDENING ANO IMPROVEMENTS C ITY o, ,o,n WORTH TEIC A: 0<,r o, ,v1LIC •O .. C• •(llli11U•,-.G :="· E Seminary Dr EB at Sycamore Creek C -J ~ C..~&tUIS £"1N TDP~SLA..O tlAN· .$CAJ..E:#'•/.:o- ,,., sAtJCese 14• • /6 <4 • "AM UAllr SPACING OF CHANNEL CONNECTORS CALL STRINGERS) ENO FIXED SHO§ NOTES: ALJ. ~s St.lALL ~,'"1&e1c.11reD £QOM .sn:u.1eru11.t1L sree,. ANO,k;li1 eJIXTNUT.S SJ./,l(JLL "6 Tlti/.lTCltleD, L.00.S,!"'Nt!"O ~ ro,.;,..v.. ANO TU QCAOJ 8Ul1Pea -~·. SPECIAL NOTE ,'OR SCCTION .S , oer.t:1/lS, CONST"RCICTI ON PQOCe'OU.Q~ • ....crres. e-n::. .dPPt..l CA.eL,e n, .$!'·~' VNtr; s~e sue~s1:r¥J 1.!lo'uN/r.· NOTE 1'A1'.J A AIID C Alf~ .$AMC 0/,1(£/fS!DN.5 .I$ l'(JA' /J(J' V¥IT: ~ ,II(}~ Atf£ ST!r,ll6Nr 4,1,,s, BAR BENDING. ~NO Gl"'"A<l(OGe ~~v' O t,dFQAM I" c!"KAM( JT. Mdr't.., , '1,f';'ROACN SlAe-, !:I """'' .,,. _,-1J1110 "".:sutJ P~:~t:;.,/'.'? . ' ?: I SECTJON 'p-P' 8" nt ~I IN CtNr. 84R AO. SI~ """" -JI -= ~ " .J:S'-L" -SIJB " ,. •s /3.MI"' 41'·1" 1019 ;.. ..... ,,.,,. .16:9' 77 C •• •r 13.w4, .J.J '.// 995 0 70 ., $/14"' .-,~£. o , /0 ., 29~d· u SI ~ .,.,. 7'4' .. ,., IJ. 4 .,, 61"' 6!&-. 27 . ,. Z6 .. ,. ... ... " J, 2& "' /JW' "'. ""' J , ., /3-I'• 2 J, • ... ~w 4 '. 6 " 52 '4 mw 2 '-C " ,6, L 3 "5 6W :r~· " ,, 3 .,, 61tr .5<.5• 11 L 3 "5 . ..-r-9' 6 "' .l .,, 6W 4 t !j' 15 M 39 •s 12• .$·0 " 12Z . TOTAL U.£) /-~I c.n!NIT $<JO ' - S IDeWALK ~ ~ ~ ttt STD/NGe,Q INTEIJI0/1 ~ ~ ~ ~ ~ ~ sr,e1m;c11 SJJreTY c tJ. ~ §~ H ~ S'Tll/N&ell . "1,t/)(Y8Rtc:I>1\ \ .._ ,._ ---------------·-·---·------~----·-----·----·--.. •· t~INGS 5t!:Ql.l.dl ESTIMATED BRIDGE QUANTITIES ST/lrllCTlllrAL VNIT /•/J()'f"M.(Alt'/T 1,0.J Zt.l'-, t·.J1'l•r1J1.wns '3.a 11. Z'-" 7/ ... ,,. .STECL .-l/NC.l.. lfAILIN, Cl/All. fL.F.J EJ'Clr.t.rJ PEAD LOAD DEFLECTION DIAGRAM 1-"Zco~'=-. ,;;!~'=;"'';,.=s-=!-=;.;;+--•"---+--+-=!,~'·=;-,--;;:·~~~;4:;,+--+---f--'-'-"'-+-7:c,:-t---,---+--+--, FOR 31'·8 " SIMPI.£ I BEAM UNIT (CONCRETE 8 RAILING ONLY) roTAL TABLE OF BEARING SEAT ELEVATIONS 8£AIT NO. 4"' I dM. t ""'" .IJ,t/ .. IJMI I r.,.,, S"fl.H S'~L1' r,6.,a s-, •. 4', ' NI.JO 6~6./# s-,.,.,, S~7.ll s,1.u J 511.tU s,1.u ..,.,,,.so 5f6.J3 $~4.17 , SIi.if SIi .Ii s,1.:u S'1.II s,1.11 s .,.,1,,, $11.U s-,,.,., .rno 5,,.,, • s ,1.S.J S,d.'1 s,a.t l SU.rH .S'f7.l4 ,oo 72 72 71 :116 NOT£:: dCAMS ,UC ll'V/116UIIJ rHoH ,err n, lfltillT rAetK~ rowAAD (EAS T ) 0#6,f/1)0£ sr,1r10111111. GENERAL NOTES : see GCNCllJtJL A.Or~.s .i\.OS. I TlltlU & V. /.!10' a,,v,: .T 8e.4MVN/1: 31 -B SIMPLE I BEAM UNIT SYCAMORE CREEK BRIDGE I SEM IN ARY ORIVE . WIOENING AN D IMPROVEMENTS C ITY OF FOftT WORTH 7EXA '!: l--------~~---+------1::::· ~·::: 1--------~~--~+------I~~:~. ~tf FILE S~E£T •HI. I 10,15 E Sem inary Dr EB at Sycamore Creek Ab~:#~ A»,i, ,;o1ral, o~ I"~ /urn lop/ Mm .---~-----·-...-----. ) ,· .. ,.·· -_II / ....... :... . 8~r,ng µIm -1n--~hon ct' J1nchor bol !·:, ~f! detwtl.s of end e,.,psn31"on .... .51101! ·on Supersfructur~ S~f~; .. Q •• _ BARS ·s•· NO ~t.4L tl. NOTE : All o'n'l lr:d en.1'11 •MIi ~---., a m i'1/mum Mnglh ol' 8 1 ~ncl ~II ~ ~ con.:,ln.,,cll!IO' ;t /"'*1$J 2 1 tnlo 1,: 81-Shah ~far lima3t'one "ti l""E;.;i.ct:1~--,-•7 Horlk-N _.,.. -~---·-- .:.,r . S(AJ I I ~" . j~~ .:.. :. ~ - NO ~C44.t!. 6~ BARS 'C' NO 6C4J.~ BARS 'J' NO tM:41.C ~-~ _LJ,; -./ // BAR9 'P',.......... . , NO •CA.t•~-;-r r ' BILL OF REINFORCING STEEL BENTN0.2 IJJj/1 NO. SIZ~ $MC. UNOTJl l'te,GJ./T ,,. ;y 'IO ,,, ~ ·-,c,1 ;, 4 41 ·~ 14 , .,, .. "' ,,, 'J 14 ,.,., ?? II I(;,( TDT.al. I l~S) -/J£J./T HO. 2 . "/:d3 1 BILL OF REINFORCING STE El BENT NO.~ 8.411 ""· srre $PAC. l£NunJ W~IG/.lr 'A' -:! ''" .J4'·?' '"'" ,-.•. . "' .,..,. " •2• ,1 • 4 / .. '/.12' .. z .,. z .,, .. ,, I .7 I .,. '' ., .. •., ,, " TOTtJL ( LM,J -SZNr M::>. ·5:.. ESTIMATED STRVCTUQJJL CONCDcTC RLINFOllCIAIG S T, ~L ./ ···-f GENERAL NOTCS : / 'i ) Ot!-aign: NlO-~ l.o..di'ng .in «a:v-o'6~c• wdh A.JJ.S.H.Q /!}57 •l=d"';o' '!""<".f. . All ·<Dn<:/Yt. 111>1111 be •!nJct =· 0-,,ti,r ;ii/ ~,,.~t!!d a;:v-'n~• ""1 1 un~6• oMae-r- ,.,;~~ no/rd. : . . o/~n•/on, ~l•hr'X? lb tT/nror,:,:;,g ~I Ort!! lb aY1~r, c,r b:.1r6 . .Det,tgn $/rt: n !'or rw'nrort:ir19 6~1!{ '!"?U•!• a:f a:x>~t. Sfruclur-1/ gr.>cte, ~/nrcircN'':9 ,~! wt!/ no/' M perm/~ ; Av•ro9• co/c11/fJft1o' l'oolln.9pl"dl.Sur, e.9"tJls_ /lS t"o11s .pe.r .5f. l'f. · . .:.... .. / :,·.. . . INTERIOR BENTS 2 &5 SYCAMORE CREEK BRIDGI! -SENINARYDRIVE - WIDENING ANO IMPII OVEMENlS ' ./' 'I E Se minary Dr EB at Sycamore Creek I 1 .( I_///-----··-··· ~,-·----·-----· --·-·-·· -----~ -i I r----------------------------="""""""'""===-------==----:--:===i~-i-,, .341-6 1 · 17·~ 17 1·3" 7'-9' 7'·9' Slr,ngr~ 8~r,ng pmMtJ ._.. ~Iron et' s.nchor bolfa ~ dt,+1Ji ls oF Inferi or Fo~~d S/?o#a on Super.structure Sheets. N<>"W: llelnf'orc-,ng ,1~1 111 ~II col umn• sMII t,,, ~ !llln?e t!xrep' lf>r Int! 11:tnt:..,/,;,~ •r:;' a'rt:ul~ column• '1boVtl y-oc,nd 6/16// "" formf!'d t!i'll>tlr w,1/1 ~Ill/ lb-ma er ,..,.,;,,.,, /Qmlru;frd Ii'~ lvDtl3 wl t/'J V,3;of, Sl.,lr/"-C~!I li~d wilh ptntlc ;no' eo11/ed wi ll> HtRt', Ab~: ,3 A,,'g/n t,ptrlill.o~ nw lvrn ,qo /M'm .;fn,",,t>t,cf ynd I~ ?'-fl., e..J..A!1 ~ ii! Jo,nf NOrE:A/1 clri/1"'1 9""1"11 ,,;,,,;; ;,,,.,. ..,""-. .._ __ .....___. a minimum '-ns1III or 8 1 W1d ""111 ~ be con-,/rucltld SIi' /(!Jl,gs/ ?I m lo £: 8 1-Shm ;;,nclfar limt1!1~ " t"'l:;..+-ct:t-+--4-,,9 ,,.,.,.,...., ban !s• DETAIL Of BEARING SEAT" BARS '~'. NO ~~L & • ELEVATION fO,:;~ .::~~,OE§ &lre '!4 1 &v i:J' Sli1r8 ~' ~'H' f3gra 'C' I I . .. ·... .. \ ~ j11 ..... ~: .. NO -~ ' ' t . BARS 'C' ~ NO /Jt:41.C BARS 'J' NO ac...1.~ BARS 'Q' NO IIC4JI.• BILL OF REINrORCINO STEEL ONE BENT -NO. 3 OR NO. 4 BAR NO. SIZE SPAC. ENGTH WEIGHT • 4 , . ·Z 588 . . . ·-· , ' ,. . ' ,~ -Kl' . ~ /0 I ,. " ~ ~ " •n .... -.. -.,. , . rDTAL 287.t EST I MATEO QUANTITIES• I BENT ITEM I QUANTITY S,"'rvctvral Concret<, I If.I .. O.,.Jtl. ~;nrorc/nq S'f<,t,/ ._· _: I Z,8 u lM. GENERAL NOTES, Dnl.9n : Na,-~ lo.a'i'ng in 11CCOr0"11nc~ wtll'I AAS.H.Q 1557 at..na',ira' ,,_.4 JI/ a:,ncr,:f'd' 1/111/I ~ ,1rr,,,r:1. a:v,c C/u11mler WI e.rpot1~ a::v-n~r• ~1 unA:-8• o!Y.rrer - w18t!' nort!'d. D/nu,n•/on, rel11/1r?9 Jb ,../nMn:1~ •~I ~ lb ~n~r !I ar~.Oe!Jl9n :l~!IY !or-.-.,;,lort;-/n~ 31~/ ':9UMI • 2o, OOOA'SI. strvctvr;/ grgq~ rownfi:v-c,ng ,,,,.,..; ,,Ill nol' be perm/Heid. Av~r111• ct1lc.uld -1-•tl l"ooll11J pr•uuro t$quo l.s ltS to .. s pers,-rt. ,--l"'N"'T"'E-::R"IOR==-=aE=N"'TS=-,=-=11,-c4:--T SYCAMORE CREEK BRIDGE -si::iiiiNARY i>Rivit-· - WIDENINO AND IMPROVEMENTS E Seminary Dr EB at Sycamore Creek I '~-- YllJ.(;.dLk'PIM S~Pi.AN .--------· &JllS&,•1. LCveL Fl10M s~our <Wlll.WS«><-t ' .,;:;e:o .. '-'"-.-'--"-...J SURFACC ll.IA1J.. B E ARI N G SE AT FO R SHOE§ 24"DIA . DRIL L ED SHAFT . . .rLD. ,,f2'ST6'ND1JIID &,d/,.V4NIZ-CD l"I~ RJl1 .J Fl/Tl)/M Ut;,/R/Nu. f CAPl!JOT/.lc:"M::U: !I l'•Oli • ii TOPOFCVII~ I : SPeC,IAl NOTr; Ftl/lNI S/.1/N'G .OND IMS'TIOU.Ar/ON or. 3"'1.a GA1.v. Pf~ ~FVT'CN'Je. t.16NnNd W /U.M:Jr/!H:PAID/DQ t)IR~crLY, /JVT' SIM/..1. &! SC/.&S"ID,t:J,{/y 70 71H: .tJ/0 trGHS O"" TJ.K CONTRAcr; . t JXJ40WAY PLAN ABUTMENT BENTNO. I (WEST! 16'-' ABU TMEN T BENT NO. S (EAST) IDE NTI CAL OPPO SI TE HANO I S'14FT . ~NDAODSIJ ----~~'::;;~~~~::::;e . . ...MRI"( 1QOCV"~C/.I SLAS ~Kt!T •, !!Qll ELEVATION ABUTM E NT BENT NO . I !WES T ) 2c1-~D1lll.LCD.J'JJA~:A .. SliJLL M COUSTJNKT~D '. · ArlL4ST4'0"WTD&lK .. S/.ldU AAIQf:M1 LM!"S7DC.C ABUT ME NT BENT NO. 6 (E AST) IDENTI CAL OPPOSITE HA NO SECTION 'D-D' .64C' ,q·· &,llPo "--"'-=-r-,,..,,.. Q SECTION 'C·C' ''DOW4L a.dRS r ti IS' /fDl1 SIIMWAI.K (.JIOCWAI.K N.I.C.) 1'!01:l"=:::,::1..,.j...._~~K &JI/SN MIZS tz--..,J,,.,ct"-"l.l:il r1eLO«ND SE CT ION 'B ·B' (' .. ...,. 6 IS A JT'RAIGHT aAR fq·-r-.,---~ ....I. . 1...E...1.,._.J.__·~4e.c'·,_2'_ .... "iJ. :• ·. 1· ~ Ja.•l·llY ; . ' .. ~ . 2-'IO' l.&V&LFl>OM s~ {)(,ff ·------.••. I .... ..,. I . ,,«:::=::, IT . ,•.4 u.u . .11.MLI! BAR BENDING. ..,,_ . .,, D!lf:L~D . Al.CNS iJQC ()r 28'-tr R. ,. II R I OF R Nt:. S -NO. sac .,,., .. <"NGT~ -M~r A 4 •,c ..,. ,,...,.. S OSJ /J 4 •9 ,o• Lnt7". 44• r u " ,.. 6'-1()' IS'• 0 4 '• 4'.o' ,s e , 44 ,5 12• ,,,. U,4 e 7 •s ,,. ,..~ •• F. 3 ., II' o ., ,; 3 .. "4 '-0 • 69 r, • .. "~ ~,,.. s, • 2 .• .. ..,,.. 0 /,/ ,. " r :,,u "' J, I '!f •• ..,. 6 ,, I •s "~ ~..,. " K, 4 ... 12" .. ,,. I E <'.~ "' .. 12" l.f:tN"41fi s• L 2 .. lt 'D • .. l• 2 .. -.n-D !I(• .. M, • •s 12' -"'J" I< ...... • ., "'-0 " g~~H[ so N, • '4 I?" IO'Z" 5' w,., • ., 8 '·K ' l8·:t"".4Ki: 36 P, 2 . , "' ,,,. . 15 p, 2 q, • 41 tr 24 q, ... 14 '4 IZ" SC II • 'S w I& TOT& 'l. "~ 1-Al!KffMe. 22dl • NCLUOES t-zl,• &IIIU.PS'PC.ICe . • JNC:UK)CS t ·z<tr &Je uP s1•uce.. • INC'I.VD&S /·IV" t,JJIIUPSPLIC~ ~- DAB..U. GENERAL NOTE S: /, Da/GN•Jla1-Sl4 liJ4/YNGIN40Zll1DttlNC~ MTl/ 4.4.S.UJJ /9S1 sr.JNOdllD .vt:Z1r.G1r,ov.s: 2. 4/.l~Slldi.LlteST/l£C1V/l,dL~o:!;. .1 OldMn"l1AU.Ul'OSCDCDA\e"l'S'WU,VUSJ of11~'1wtse M1Teo. 4.. DIAKAISIONS «LAnN6 n:, Rel NRNKI A/rJ sr~eLAl/leTOCCN'TCIISO,-J:M.t,S'.~l&SN ~~~.sT~~R=~~N6 sree, Ml..l A.OT' M ~MITT&D. S. .dv.!~C'4I.CU..:ITCDFl'XIT1Al~~.s?JIM £QU1Jl.S Iii.I n:M(J" N'll,SQ.FT. 110#'11 E Seminary Dr EB at Sycamore Creek ~ ~ ,i "~·: J.; ~· f• I .· .. ?t: -·~? ! ~_'I • ~t - l ,.'' CITY 0 } FORt WORTH, TEXAS LONG AVENUE EiTENSIOM UNIT I MARINE CREEK BRIDGES IN DEX OF D~AWINGS ~ THOMA9 A. MQ CANN PLAN ANO PROF ILE OF LONG AVE . EXTtNSION C. M. THE'.Lfjli;J .. 2 to 3 LAYOUTS OF NORTH ANO SOUTH LANE BR I DGES • 1M A YO R 4 to 5 SUPERSTRUCTURE DETAILS IPllJllBILO(C IIIVO>ROCS l!)Oi!ilEcltooii 6 INTERIOR BENT DETAILS ... ;..' L P. COOKINGHAM 7 to 8 ABUTMENT BENT DETAILS 9 RAILING DETAILS M. W. AMIS JA', C OT Y IMIAINIAGIER 10 DETAILS OF APPROACH SLAB ANO CURB INLET C IH!OIEIF IEO:!IGOINIIEIE~: II TYPICAL SECTIONS ANO HYDRAUL I C CALCULATIONS 12 DRAINAGE AREA MAP PROJECT NO. 94-83-4 NOVEMBER 1960 FILE NO. R-135 CART E R A ND BURGES 9 ENGINEERS I I O O M A C O N ST. FORT WORTH, TEXA 9 . ',;_·--~~.:±!:.:~.=:: • .r·~·· ... t <·:·~·-e• -~-... _ •. ,.,_'1 '11(..; .. ..._ .... ~ •. ' ·"'' Long Ave EB & WB at Marine Creek ~~~~-~-~ .............. .,,,.~"""~~~~~~~~ ..... ~~....,,..., ... ~~,.,.., .... ..,.,...,.~~~~~~~~~~~~~..,.,""""""""'"'·~ --· ·,.:-• r .- l.,'; • . :,;: .... i I,~ 1'150 -.....:a.~·····--...c..,· -·-... --.... ~.r -··--....... ,.. ·-....:.-:.·· . ,., ... '-0"'4--, ·:--·.:.·-~·. ·.1..·,...:_ :-.:··-.,;..,. Long Ave EB & WB at Marine Creek ,. ,c . •! J !iH .. . ~-::· ..... __ .. __ ..,, -· ··• -·--· ···---...... ···--,., •-,·-..--· _,, --~-..--·-·- . '-----.,...--- _ _:_ 16i .,2:.... ---7- ·1.c-----L-----\--L=L.J.1!.!.L!.J_~ 2utfo --· ·---··-..., .. , . Long Ave EB & WB at Marine Creek l .. I J -:; .::;__. lbr ORA i :.:.:.,..... ··-··-.· z -. .·;1 ·'•.:'.e'lL DETAIL 'X' SHOWING DETAILS OF SLAB AN CHORS · SCAL E: 1·111• • J'·o• --, ..... -~. · .. , ....... •,· .. ____ .. _______ . ··. ··~-.;·-.. · .... . ;::-: . ·-----·--·"'""'~·-~·-.-~··.·-.~·-.·'1 ·+- 0 J ..• ::-r ···""i · , .. Long Ave EB & WB at Marine Creek ~ -. • ' ' ....... ..-·· .-_:;;:,:i· . "':ft"<!"~~-sr·-·»·q.• ""'"'l·.·r.---.... -r ~.-··· PLAN S IDE VIEW OF SPLICE SECTION THRU SPLICE .• ·.:...~i ... .: .=J .,,..,. ~~­ \::: COVER PLATE DETAILS NOTES : mos 0/° 8.!:AHS ro 8& wa.o~D SHAU. BC l"A"e'PA/i'~O /N 7Nt!' SHO/J TAK/1,f; INTO ACCOUNT TNt!IH AYlATIVC POSlllONS IN me FINISNCb ST1?(/Cnl~ oue TO tili'AOe s. CACH SPl /CC END VIEW · INTERIOR 7VP or CAP 3*'Rlf Fl¥, SM:JC ItfS,V-al! SHOe t "tf.,;'..o " ANCHOR 80{.T WITH NC,f NVT ~ WIISJK!f. ANCHOR BOLT DETAIL TYPE 'A' DIAFRAM .,.,v' .·; ·,.,. FIXED SHOES NOTES : VIEW .,.,,tr /JO STRING[" DIA FRAM BEARING DETAILS FOR SLAB NOTE : ro 86 USED AT ALL POI NTS OF B~ARING OH STRJNC&RS AND DIAFRAMS. All SHOCS SNAt.l B& FABlf'ICATCO F"A'OAI STRI/CTl/RA(. sreeL. ANCHOR 80lT NVTS - SHAt.L BC Tlt:NT~NCl'J, l00S£NCD Ql'Vt" TURN, AND THRcAIJS /JllRIUa. TYPE 'B' DI AFRAM SECTION THRU FLANGE SPLIC! ::.tifeze ,i,$/fii~f!Hltft :;sffft'!:.fft~ c::':ft t,;;.~r':N NOTE W1:0{JRINt: CRCCTION, Jt'HCN .f/Alf• CKT.!'NSION BARS SNAll. B~ VSC/J IN MAKIM1 TNC BUTT 'ffe:ffi§cf'iif.ffi. :~i~ ~:~~· wroJS IN 7!16' R.ANCes 4S f'e,f A.KS. SA!C1FK"Al70Mr SL'C.50.5/'k). #, ~J~ ~;LAN ·~ ELE V. BARS J BEAM SPLICE DETAILS PLAN VIEW SECTION NOTE : ~r Pt.AT.CS n, CONmRM ro BRIOGC GRA/X' ANO n, SIIXH'At.K St.O~ aevet_ BOTTOM G¥" FtATes AS KC'1{JIKC() ID OBTA/N S TA'Alt:NT A£16NMeNTCV llJl6S o, !¥Ares. INSTAll 1¥ATCS ON SIOCWAU( SlABS o,r SUF'e~STA'(ICnJ/i'& AND GW ABVT.lleNr SENrs AO.IOINIAG" AU. ARI/ON .JOINTS. DETAILS OF SLIDING PLATE (FOIi USE AT SIDCWAl.k JOINTSI GENERAL NOTES o OCSl<iNr H.20·S~ lOAhlN: IN ACCOROANC~ WITH A.A.S.H.O. 1'S7 STANIJARb SIYC/FICATIONS . All. CO,i'K"R('Tc!" .SHAU Be STRIK/"URAl Cl:N'YC. /'J/Al£NS10NS lit!'{ATING T() AYIHA:1«.ffti" ST~c'{. AA'.!: n, CCNTt!"~S OF HAlfS. Dt!'S16N STKCSS RJ/i' ~INR1.4l'."IHG' STc!"CL • :J.fff'Z~t J,yffp~~~~~ H INFIM'CING CHAMFCA' All erNS~D CO,fNCHS *, llNlCSS OTN~-'!WISe NOTCD. AIEA SU/l&MCNT OF C0NCNEr£ FOR PAYMENT SHA LL 88 COMPUT&D 8t' t/S/NQ A VNlnJRM SLAB THICKN&SS or 1• FROM FACS OF Cl/RB TO FAC£ OF Cl/RB FOR THS FULL. L£Nt;1", F /JRIDGt:. • .,,..,.. .. .,,~ : •. .,.... -------.. ---(-·.··-. i;;.. .. : .. -----··--. -· . " ... J • .• :. .. "i.:-. , --· Long Ave EB & WB at Marine Creek ----y--·.~---.-.-.~--·-.··------·r_ -~~:-=-~~..._ .. -----·.···.-----t--. --~---.. ···~.~.:.:-. ':~-"'. ~-~·--:"'':';'· ..,.._ .. ~,-:·-·-· ... ···-__ . __ ,,, __ ·.:: .. ,_., ... :-. A ·:.~~~·t? A i,i~::.,~~iif • •.,.;· . ·.J·;' . ,. .-.... ~~-,. "' Constrvct,o,, bn/' · \ lop ~'F'1"47TconfOC"m >'o ) b"'1nng. $Mr t:lt:vefton:r;:_, ,..,,... ... ~~~,~ !/~=:,en t!~;I~~ lffr;::_ft:,s at;;/ oi-cul.,r column6 s,t,ov~ ~ Ma/I be lorm<!'d e/1~ wdt, me/11/ term!I er ,w'lt, l;mint.Jfed liDt:'r lt.d>t!l!I ,.,;11, n~~ &1rl"ace~ It~ will? pl~lt'c .;,nct ccsled w,"111 .HtAr'. i~ ~m~h«I ma 1,nt!' sJ,7 .. i~~'~ .lclnJ NOTE: All dri'/~ t1/u1Ffs !YUIii 1,a,,.. "'ti. ; m/n,'mul'1'1 lrngll'1 at' B" gn,:f .t,g// ~ bl, CCYJ!§lrucl##d RI ~,I 21 tnlo t 8/tM S/?M i!lnd;br lt'mt!!:,~ '> ~ .. -s Hrrl,.-.., t>vs DETAIL OF BEARING SEAT BARS '§' NO :,c.ita FOR SHOE§ ~A b~, S EHYH1}?.ti SECTION A-A SC4JL£• ,, .. /'£,0, z'-4' I ~ ~.· ::'. ~· .· NO 3c.M.~ ~ ·~· BA_R~_ < t 2-~~4' [J. BARS 'JI NO ac.4L& jJ BARS 'p' ""° ~,e ~;~ .. -Anchor bd;;-·----·· ~ 15 Cap I • Shoe .e // DETAIL 'A' NO «.tlU! BILL OF REINFORCING STEEL ONE BENT -11'-6" HIGH BAR NO. I SIZ~l_s_p_AC. ENGTH!WEIGHT ~ ,j7 ,.l.5~1~ ~ 4 -,qr rorA 2,1£4 ESTIMATED QUANTITIES-I BENT ITEM I QUANTITY Strvctur11/ Ccncrert:' I 13. t;Cu.16'. ~inf'orc,"ng S'let:I I 271'1 lM. GENERAL NOTES: .. ~4/gn : H ct,· Sib lo.;id1"ng in «'C'IYc'.PnC"t!'· wJ/h 4.A.S.H.Q 1957 alana'~r_;I '}Q:OC'S All cont:rel't!-'17all tJ6 ,true!: a:Y1C':. Cl,A'n/Y:r -ti erpo:,t!d a:vne--1 '411 ""lt::-81 o~r-wt~<!' net~ D/,nt,n•ICY?• relallrH; ,t, ~1'nlorc:,1r15' ~I on: lb cenkr.$ or ~ra. ~,., 4~# !or ,-.in-lbrcing !dee~ :9u11/11 ~ ax>~/. Strvclt.Jr.:,/ gr~~ ~nl'i::irc1179 6~1 ,.-ti/ nor be permi'H~ Aver1191! aJ/ct1/~cl l'ool't/?g ~ttv~ 991.111r. A! 2 Ion~ l""r ,? r1. Long Ave EB & WB at Marine Creek ,1,--~' · ... ..;. ., ,, :•:,., -~ :f ·."7 ·:·.~ -~ :.!::. ;":"-.~ '·-·· ····-' ·, .......... ,• F"v,'"l'".'r:Jt :•.•,•-,, •.... ,,:.·.;.:~ • .• -o-..•·---··--···· .~ ... ,~-.,,,. ... •••,. ,,,r.,..,,·;o::~r.:"-"T.-.•,;_-.,.,., .• ._..,.~.--•. -•• , •.••..•••. ---:~ ... . .. PLAN OF --.... --· tCALI ~~ I ~~t.lJ~~~ 2 &us"~ J..1,--rR. •I / ,.rll. ~ ~ *"""""' d.Q.OClrtt'~ " -WP""£ ----= ~a= VAl::'W) -~-...... ·--·--·--..,... ...... ·-...... c-111•.1--;;,,-- _,,,.., r - / I I -.I i I I .,.. j BUTMENT [nKT I OF S LANE BRIOrn A ENT~ OF N: LANE BRIOG -.,,, .. ··-·· 6CAJ:IINO I~£ 4 <..o • -~,,..II ,...M.ic""~":~·r.> ?AOIIS~~ - ~,, I I I I I ~I ~ -l-- I ·- I jl';,-~~ r . . /IMIU ••NJ• ~====:::..:...-__, _ 6AIISq EXCAV~T ION DIAGRAM l ·J-0 1 I JIJJUISA1,A •-""' ?IS.IJIIS ,&.) --... ----Ld ORIU.eO '. SMdl'T • ~L-a.1s E •~ '-...cr,,,,v,oRMS' ro~ r---,1 e.d0$ D #1,r.r.-r-,~ $UT et.eVATroNS L-<:::: ~#!!"AC~ ~RI NO ~ Mr.•M• ("~1s,oeJ • ./UJlfrN,•/11111: ('-STD4J VIEW 'A·A!. t:-!Z!J:.: <11:r OfA , OIIILLeD Sl./,a,T'I SUJJLL 114 CONSTtflUCrt!:Q .tdT '-'&4ST 4~ MfTD iSUJe S~l..£ ..sNq,t>.cf UMd"~ §..W]Q!j' ~ DRILLED SHAF T IC•LI ..,.,..,I'-.. ,_, PLJUN .SPfllAL ~~~= ,,_.,,,.. IIIIOHC01'7IC'I04.~ •' .".:/.:'." . SECTION 'B·B' IC•LI 1/4"• l'•O' •c•r..r v,•, r'-a•· ..u;:z:= --. ~ONC4P I • -DETAIL '4'. DETAIL Of BEARING SEA! FOR SHOES I C.ILi I"• 1°•0 ' e . . Lo ng Ave EB & W B at Ma rine Cre e k '.;'.' '~. ., .~ .. -.. -~-::,.,_ ~-----------~~-.. ~~-,----· q: ".LI BAR C! /!/OT~: ~~06,.,,,,,,.,, SU.du. oe covrn;v.crro IT Ll£4ST • ._,,. l tVTD l!J,Li,16 ~-~'-'-"""'•Tt:1,11,/'d BAR C1 .,.,. BAR Ht ...... BAR Ht ~ !u-~9 ·~- M!!....i -.---. --~ .... ---~----·-·~t--.----. , -, ,. . .. ..,.. . . __..... , -. ~ :;""""'-r-:"' ...... "' , _ ~ ~--~-·~- PLAN ELEVATION OF ABUTMENT SHOWING R£1NFORCINQ STEEL FOA CAP _._._·· .. :::: .. -- feENT I OF N. LANE BRIDGT!,. lJ!.ENT 4 OF S. LANE BRIOG~· ~1 • T . ~ BARS M 8 N ro,i,,ewtAf't7~ =,.;~~~1t1'>- M:Jr~: . .· .J I Ol~N1 . IN It'd$~ ~ S"VT.~0,,- S~II U.tl~ IXT".dlLS . ..sllSNJ,i,~. ~':'~':,,.t~· l!WIISU1 ~;: {~--@_J!/ I ...... I BAR 0! .1ll!!Q!! ARMORED JO!NT ICAl..l 1111.•,1 •-o• B ILL OF REINFORCING STEEL ONE ABUTMENT BENT =o .... 5/ZC SAOC/,vr, ,e.111Gr1-1 . 2 .,, • 4.J-r . . " .. . 2 . C 2 . . .. ... " . . ' 77 .. ,. 2 .. •·> ~ . .. -'1'-r . , , .. . ·• J .. . •. . .• ... ~ u ., s ,,. I . ' J ., . = M . .. ~ . .. " . . ' -·N . . ,,. ~ z .. ~ .. p . . . : , 0 " -,.~. . .. .. ,rM' , . s -, -= T " ~· :ZL,o• ,..,.. ,I/I llt/CLUC¥1 OIVfr 'Z.._fl" -..11 1..41* ,S/f/11(.IC'e, _.. INCLUOCC O\C ,.._~" #MIii LJiJ.11* .S~IC,I!,, =,ou ... -· " " , . . ' . .. ... S8 402 07 ~ ~ .. s .. ,. ,. ,o .. ,,. ZA ,. .Y.167 GENERAL NOTES . ~'2:f.t1'!3if~S'f~~~ 41..L ~7'rtS1J,111I..L .t,e 4"1"W'C,fC'f't.lRdL ~. CU4M~.Q .DL.L tnt'PCM'(!tD C04,MC.QS' ~• t,IN/.4SS orue111w1~ IVO'n/$0. 11 Pi I ..O'·•" Ji I ()IM,!'/11$/0NS ~r,Nltl 1t) O&INl"DOCl.vr, &T<l4L ~ ~~iff6~zr1:&~~r'rtlt.~ A~.O~ t:41.Cr./1..dreo l"CJOrtN~ ~.s.su t:>t! e"O""''-• ILl"ffMl'S,v:,&l. SQ.l"T. ~ 19 ~J- & w \j ) i J :,) ·1 ~.-_ ........ -.,-_-.,-__ -_-___ -_-_-_--__ ------------_-_-_-__ -._-_-_-__ -.-... ---------,-----.. -.-__ -_---------------,-.. -~~:-------------------------------.-_-._-__ -_-._-.-.-.. -.. --.-.-.. -.-~---------'J Long Ave EB & WB at Marine Creek ,-=--- (. ·. . ~· ..... ~ . . :···· .. . ; "'· ... : . -··-· ... --.. ·-... lJNIVERSITY DRIVE . J -.. ·/,.. SC()TT FORT WORTH -, t w_ ••.aiu -.., ...... .,D, ... ' ;;;· :~~-,, .. , --~ JENGKNJEJERKNG COMPANY . CONSULTING ENG I NEERS PROJECT Na 94-G-2 CONTRACT OVJEJR WJE§T JFORK ._. · \ . OJF TJRJINJITY JRJIVJEJR .. - AND EXTENSION OF EXISTING STRUCTURE 0 CITY OF FORT WORTH.TEXAS PUBLIC WORKS DEPARTMENT . C. M. THELIN DIRECTOR ENGINEERING DIVISION M.W.AMIS Jr.,CHIEF ENGINEER . .,. .. -._ \ ;~·.:. THOMAS A. M'CANN MAYOR L.P. COOKINGHAM C ITY MANAGER !: 1959 .f ~-i_ .. } '· 'i THIS SHEET,:( IS REDUCED [Z-/2-7 N Un iversity Dr NB at West Fork Trinity a: ,_ ~ "' a: 0 ... ,_ II) .., 3: a: .., > 0 w <!J 0 ii: a, .., > ir 0 >-,_ vi a: .., > z ::,! ,,,., • ···1·· ..• .,. APPROACH WALK DETAIL SECTION A-~ ... ,, ,,.-.,·.o HOT[; P'~ A-He• S"' I Oelell Su 0 .. 11) •I lJ , ESTIMATED QUANT ITl[S IK A,,110ACH WALK 1,·.,· ,. .... • nt'I /J.-::.~/1, ~"""=======;;;,;;,,.,===:~==:;/f=cl==========,db,=====j=b='=:·~-~··,:;·~-~=-=;· =;-=·==t====~p=•;,;w;•,=;· ==-----"""'-~:=:.~ Sl«l/1'U.-U ~,I/",;.. / '50 ... !_.O - "' '30 '" '20 '" SIO _...'.>-, ' //' .... ., A..,,_,,.,lladwlt_ . ..,. .~ .. s, .. 111 +11.Zo ~,, ..... -,··10•-o· <IL's~.,, ---···---.. ~~'- 0 ::;r:,:i;/}f._;~:°"'"' ._,,_ IHC-·lt C..,. OI~•-~-.• ... •·· zt-,·;,.ar1.1,;,,,J TEST ><>Lf l.f:GOC> t,.11 .,, ..... ::· .:::-.... '"'°"''_.__ .... --,.,,.., __ .., -°""''" .. """---··-.... ·----..... _.., --· ·. ~-... ,- . -~ .... - ----- &car c:Ycrc1 t ,HI Sl>•fl, ,-. #f ,,,M l !I" 11#,., i,, IIH f , , .... ,.,,,.,1,s-0-,,..,,,.,,,,.,..,.,,. .._._..,. o,-..,.. ----------------------··-----.. 11,i.--1·,,o·-rl' THIS SHEET IS REDUCED tWC-.-.,A-•-~"""'* "'* MtllwA , A-•-$#f0.t. ... "' ••o ... ,o, LAYOUT OF UNIVERSITY DRIVE BRIDGE OVER WEST FORK OF TRINITY RIVER N University Dr NB at West Fork Trinity I I : I I 0 BARSH,., ,, .. ,. ELEVATION ~ .... ., ..... BARS P SECTION A·A ~~·-,·-o· BAflS fl ~ , (·•· I BARS BARS I' BARS E _ ____,] ... ,. I BARS o, , .. ,. SECTION 8·8 ,_,,,., •. ,·.o· .,__,,....,.,~ !IHt.,Of 4~ ' .. ~ ~==,:li::::.:...- BARS S GENERAL MJrES __ , 1.~ler"10-Sll&L~M ~ litlMAA.JIC~,,~. z N1 c--S1w11• ~r-c....- c..-~ ~~ .l"'-"' ... ~·~~­... c...,,.,....,. ,f n.,'"'l'Wt-,M,.,D-~S,.,,,11 WJ/1 ~-u~.c-,,,,1r.~ ~•--..n.,.,..,~ ~ .,.,,...,,.,.. ,.,.,.,,,__,,,"""' .s Ma, ..... C'....,._,..._.. ,,....._,, C. SltwlWfl/Gr.t#.........,SINI Sh-' -·- •. //IS. _, _. --·, __ , .. -. .,.,,..,_,.,.,,_,._...... ,. '" ,_, JI. tw --. ~ aw,. N University Dr NB at West Fork Trinity ,. .•. ·-r-·-· SECTI ON A-A SCIW~"•/"·O" -~ .J...-'· SECTION C-C ~..-.-.,·.o· ~ .. ' PLAN FOR 8 £NT <I Stw•h· .,·-o · ELEVATION IICNT 4 .sn,..,,-u ·-,··o· SECTI ON 8-8 Srwh ...... , •• cr" BARS SBG •' .• ' . NCITC: SH,,.,..~ilt $/lr,t.1..,J1 ,.,.., ..... $/wlf~ BILL IY REINITJIICING STEEL P '-•" wos C 'O ._,I 'I • ·, ' ' • ,0 " . , , " ' "" """' J "·" -,,, ..•. ... ., Kl'·•· ... ,, ..•. ... ,,. ,.. ,•.o ,,· ,• l '·I " .. ., .. ,. ,,,.,. '"" H"»l,t, <fr'IH"'-s,,,,r s,u,, 1 1 .0 -,, 1,.,, .1,$,0 • 1'0 • ,.,,c.r 1.1,NII • r,a.1• -------------. PLAN FO~ BENT Z a:, .. 111 kMt lt"•l '-tr \,•,~ l_.t ' ELEVATION BCNT ZIIJ .sn,,.~·-,··o· THIS SHEET IS REDUCED \~;:>, .... . ~ .,. . GENERAL NOTES ',, ,., .. '' , .. ,, I. o,,.;,,,;ltZ'O~;~lttlk~ ll'IMAASNO. s.-,-~~- l.MC_..,.,. .. CAl'u 'A: ~lw d C~C~ t·c·~-~ . .1~...,.,,,,,.,;,,v1r,,.,.,o,r;,,,s,.,,.,...,.c .. ,,, .,.., .. C T.WU,.,.,~tlli'l.,&II-Slwl11Mt!,,,., •11 £- C-•M ltMf~t--111*"'-IM T#fl/1);111<,' s,.on-,100,.,.._,,,,.,,.,,,~i....,,,,1w c..-. ,i.W.,.C~FH,..,~111""'" c,r_,_...,_...,_.,.,_,,,., f "':;;,r~::;, 7;:-.,:;,./, J .... ,, CIHSll,o J .. l lt1r,.,,,1 lt~1,r.•1A. INTERIOR B(NT DETAILS UN IVERSIT Y DRIVE BR IDGE O"IER WEST FORK or TRINITY RIVER -----------------~·----·. N University Dr NB at West Fork Trinity SECTION O·O Pt.AN S/0.WALK olOINT ........ ,.-a"' ! .. ,. ; u •o·-... r ,-,, S.CTION 0 -0 .,..,,,.. .. , .. ~ NOT'C: S-, Sh#I No.LL Ir AtNili•III N 1"'1 JtMI 0,1~11. IAIH SIIHII ••I #/ If <.~ 0 ELEVATION SIOEWALK JOINT s-•··t'-a" . .,, .. ,,,_~,. , .. ,., ..... " .. ,, -,lf .... r.#- SECTION 8-8 ... ~·.,·-a· s,-,~ .. Z.AIIC_.,,,.s.w.,. C.1':l"w;111c..,.,,c~~•~ .1~,,.,.,...,.~sl!Hl-,.c..tws.,,,.... ~ rlwt>wtAitwaM,_,DnllffS:..,frWNlli#ollC-"-, c-.-..~~ .,._,,.. ,.,,., .. ~,.,..., ,,,_ ... ~Hw,-~l .... 11/w...._ .s. .......... ~.-~-"7~ .... 11. I . ~~~s-,s,.,,,,., .. lbM THIS SHEET IS REDUCED ""' ,·-·· ~'"'~·--~-~'-----'-'·~ : /,wll,#f IOI u, •Ottt-s~..., SECTIONC-C s-',t'•l'·O- SECTION A-A _ ...... , .. ,,. NORTH ABUTMENT OETAILS UNIVERSITY DRIVE BRIDGE OVER WEST FORK Of TRINITY RIVER PU8UC WOMCS OUW'tnENT, roRT 'tllOfTH, T[J AS SCOTT [NGINEERING :r'~:f ... \';;':llus N University Dr NB at West Fork Trinity ·--i: :: :: • ;; ,,H~,~- -------. ---------------· f ""'~~~"-------------------- 1-t>,t>II, ,, .. ,,. -----------···-· THIS SHEET IS REDUCED SUPERSTRUCTURE UNNERSIT Y DRIVE BR IDGE OVER WEST FORK OF TRINITY AfVER . ....... 0-. 4.eL tto•D.C.•T. N University Dr NB at West Fork Trinity <f~) (\; -c=() -•-. a;: =e, (f"' I ~:::-:· ,. J--l, ... r::"':'-J .,, ..... 111··-~ ~,...... 11 •.o· 11'. •" n '·Kl" t r:::.7 '";',~.,- I J'"'' • o .. i-. t'-"""""1--"-• '•"•• 11 '.o" u ·-a.· ·-. J.l'.o· .r .. :.::-::__ . j ,..., ... , u·.,· .l,.!rr.:L._ 1/,_, __ ·~7.:1 1,. ,.,, .. oOl,olt• ~ L ,.:-;; . ··-1 ·.d ~ __ , ._..,,,.c o ...... ....... 1r'-1" ..... ~+------~,.LWL..00-U~~~----i~---::-:-::-;;:'"-:;-:-;'.-:--r------••~li!'~IJ~Q~:~ .. ·~t;:,~90:-----t----,l!!I:!! tr:~ ',~ :\~! ~· ·•.,·ec·~~ ...... '----~--":::O-:-". ",r..: ..,·-:'. ,w.,;"'.':,.'"--1:-----'','::,:c"'~=·-:.':':t~". =~~ '"~'.::'.~ ~. --t-"'.:~~:~:;:::~·,~ ... ·:~ ... ·:-- , ........ • •. 'l'WII" ,,-..... '•. ••••wl' '•a- toott : ,,, • ._.,,01.1r .... ,.. •• u,., TYPE 8 1 OIAFRAM ,,, ............. , so•'"• ••• 1,: ,, .. •• r-o· 1•-1, ••.•. 1,. TYPE A1 OIAFRAM "•"·•·-o· tin,. 1u ·.,· GIRDER DETAILS Iulo:''•"• 1'-0• . ................... . -1 •• , •• , ••• .,.. ,,. ·······•'4' -~·-•u, .. ,-1 .. ~11!::t::!!t~=== .... :.·;:·.-·.:~: ',. 1•1 na, 1'"'1 ,•. I 'll.' EXPANSION BEARING FOR PLATE Cl,ijDf.:IIS AND W'°Cl,ijD[IIS lull (o(.cf stfff ... ,t,1. c,1 ,....."n ... ,1-,u,11 .. 0,•••••Llu , •••4•4.Ulti-1 IMll'o• '1-c,, O•O•lllfo of Gl,W.r .... ,.,,, ooi,. IIT'-•" ..... 1.h•flU ,i•11• l"-11.C•fo,., To A.I .A.,.•h•H Al f•ll••o : , ... 1lllel11 1 111: llaohn• 1:11 . 1 .o u1o,o,1.i111111 1-.11 lohoh,oU ••• , .. , ••• ,, .................... , ..... ,. •• ,, .. ,,,1 .. ,0, .. 0,i,1. ...... fl •"f••"''" .,.,1o,,,-1r ,,•11, ... , f , 11· .. w,11,, ,,.,, 11,,, ... FIXED SHOE FOR YF GIRDER 9totlt: , •• ,·. o· . . <", 0',"• t '-1"( .. .., .... , , .. ,.,1'4",1:-1·11, .. 1 ~ Dt1 1f @tN1loHn l.1 .LI.Al!. = FIXED SHOE FOR Pl.ATE GIRDER DETAIL OF COPPER WATER STOP 11•11 : c..,-wo1u1to• l fN ll l1 l u l1llo' ,,Tt,~••• .,, ... ,.,.,.. ..... , "'"' .,.,..., ,., ,.,.,.,.,, .. '"'"'• wttt. "• 11oo, c .. n ,u u .. AN c-, .. , .. lf Sto •II•• 111•1'1 · JL 11, .. ,.HI. tM,Dott1l•,.uoo1"1l,..,,,._<Ahlt1t•1.,11.-•••-.,14,. ~,~ .. ·-···e ~ ~~F 1 .... ~ & ....... I. 4"1tr,; I. j ! 11:::::::;:: ~ !1f::: 111:::;: ~ It .. ; : 2 i ! : : : :1 i :. ! : ! ! ! :l: 5 ! : 5 i ~t-t-+-t-t-t-t-t-t--t--iH § ~ : : 3 ~ : :1; ! :1 ~ : : ! ! !I! ! a : i·: I I I ,,.... 1 IJ. .. J. .:::.: ~\.,,.._-Ju•e \..., DE AD LOAD DEFLECTI°"' DIAGAA/'4 @ ...... ..,. <i a""'"' ~t.--'ln, ST!f°FEN[A DETAILS lct/1: ..... ,.;a ,.,..,: I. D•lirf L•Hf•, HXJ-SM-44 .. An.,.~• Wflll A.A..S.H.O. SI~ s,.ctlf#ll•1. I . C.n S•rlu H ,._,.,, SIi#// a, A,cw .t.fr A IJ'1f# •• l•h ,I '-rll•M t:,,..,.I (Dt, ,,,-l'fl1I,/ •I ,., Tll,/cl••t1 ll•.-1,.tl I • If,_ .. l ,r-,,.11.,,Nu '""" ~--111, s .. ,,. i Sfrilff"" A, 1#1 lf1~i,1 M Iii C._..r. 4 Awri-, s...,~, ,-., St• c,,,_,. S1,1JI ~ Ai S--A._. STRUCTURAL STEEL DETAILS UNIVERSITY DRIVE BRIDGE OVER WEST FORKOF TR INI TY RIVER <f :~ CV~ ,-. ~-~ [tiJi) .-.!..!~ TYPE B, OIAFRAM TYPE O DIAFRAM CDIIIIIIVCIIOII ,•ouov•(' .,,...1,11 ........ 1 ..... , 1. t,,,, .... ""•th•••• •u, .. , .... , -~~ (j , .. ,., V• f .o• 1u11: '•• •1 '.~ =~:.: =•~~";·~=·:;..:; .. ~:::-~: . .:~"'~, ~::,:-:~" ~ ~"J?." ••••-•oce,T ....... ,.,.....,,-,.T•-.... --.. ~•.1..-.1-. Cri:R.1Vv'il..f.------------------------------------------==.;;..;;;==;...;;..;...;.. __ ....;.. ______ ~ __ __. ___ ...__ ..... _ _. ~ <r» •~~©) ~~} (gJ N University Dr NB at West Fork Trinity ===--=---==::..;.:.::::::::::::::::::====---• ··-·--------- ,1·-0· ... ~.- (..,,c .. ,1· ~ .,.._ .............. ··--·· '-_ .. _., __ ... _ .... .,...,.__ , .. -.... t1 ... , ...... ., .. ,_ ... , ..... -•+ ... ....._ ... ,11 .. _ .. © @ @ li ~4-SECTION THRU BRIDGE ''""' ,,,•, ,·-o· -,,!-l--,-t"--1-·,-.-.-.. -.-1 ~~l ;Y,::i -----•t'..:.4,_. ________ _ BARS A SB <•• h••, ,.,.. ri.011 On• uf ••14 11 •• a S OU TH A81JTM[HT ~ sr,• •••-J111, 11.w SECTION A-A ••• lt'•"••·-o· BARS J 8 K BARS 0, E,F, 6 G ~ . ·. ~y ,.,,,,, ... , ::..::=: .. ·-· , •• -.... . ft" o-,...,.. EXPANSON JONT DETA IL s .. 1, 1vt "• 1'-o'i!, ~ ;'' EXPANSION JOINT AT WING WALL ............. , •• 0 . RAIL ELEVATION -----·----------_._ ___ _ PART PLAN SAME S,._CING ON BOTH Slots •. ,,,.,, .............. u .. -, .... . ,. ...... , .. , -· •.. ~ .... ,.., .... ... .... l•-.4 .... ,t, ....... BILL OF REINFORCING srEEL ,,·.11· .•. ,,, • ,;_,.. ',o, .. , ••• ,,. 1 011 • ,·-~ ,,., . •·· ,o• ,ro • •. ,.. ,,o :,•.,o• IOJ • i-:.--r•"-1,:.=:-+'e,,::ca;c,,;.~. +~;;-~ 0 4 /'.(I" I IJT • f-C-, +.;,.,,.,+r.,-+-:c,!,-.:_'=', • .-t-•. .,;-lj P+"',-t,"r'-+-:"'o-"·'::'0 ,-t-:~-_; • I-"'-+""~·+·~·-+~"~'..,·~·+~';-: ~ o/-tr"'c...+-;',-~,c::·.-11-·-'~: - ,, ' THI.S SHEET IS REDUCED APPROACH SLAB 6 RAILING OETAILS UNIVERSITY DRIVE BRIDGE OVER WEST FOR>< OF TRINITY RIVER l"UIUC W0ft9l'.S DVWllMIOIT', R>Al W°"1"K, TEXAS $~~;:;~ ~~4!-~ .IOI"' 94-G-2 N University Dr NB at West Fork Trinity APPENDIX B: PLAN SHEETS, PHOTOGRAPHS AND NOTES OF SELECTED DEFECIENCIES ALONG BRIDGES ~· V '· ·,.-.::-~ Mapsco 91M Page 1 of 7 1. Location : E Seminary Dr EB under NE corner of bridge Note: Spot rusting on I-beams Work required: • Clean, prime, and paint steel superstructure. • Clean, seal, and paint bent caps and abutment seats. 2 . Location: E Seminary Dr EB under NE corner of bridge Note: Spot rusting on superstructure and debris on bent caps . Work Required: Same as previous . 3. Location: E Seminary Dr EB under bridge Note: Spot rusting on superstructure Work Required: Same as previous. W Long Ave EB & WB over Marine Creek Mapsco 48W 1. Page 2 of 7 Location : W Long Ave under southeast corner of EB bridge Note : Rusting support and debris on abutment seat Work Required: • Clean , prime , and paint steel superstructure of both bridges. • Clean , seal, and paint bent caps and abutment seats of both bridges . 2. Location: W Long Ave under EB bridge at west abutment Note: Vertical clearance for sidewalk posted Work Required: • Clean , prime , and paint steel superstructure of both bridges. • Repaint vertical clearance of sidewalk after painting superstructure . (SUBSIDIARY) 3 . Location : W Long Ave Looking south at WB bridge Note: Spot rusting on I-beams support and debris on abutment seat Work Required : • Clean, prime, and paint steel superstructure of both bridges . • Clean , seal, and paint bent caps and abutment seats of both bridges . Mapsco 62S 1. Page 3 of 7 Location: N University Dr NB under NE corner of bridge Work Required: • Clean , prime and paint steel superstructure • Clean, seal and paint bent caps and abutment seats 2 . Location: N University Dr NB under bridge at northern abutment Note: Rusting of steel superstructure Work Required: Same as previous 3. Location : N University Dr NB under bridge looking south at superstructure Note : Rusting of steel superstructure Work Required : Same as previous S University Dr NB over West Fork Trinity River r.· ;I Mapsco 76N 1. Page 4 of 7 Location: S University Dr NB looking south along eastern side of bridge Note : Handrail and steel superstructure to be painted Work Required : • Clean , prime and paint steel superstructure and handrail • Clean, seal and paint bent caps and abutment seats 2. Location : S University Dr NB looking south under bridge Note: Spot rusting on superstructure and debris accumulated on bent caps Work Required : Same as previous 3 . Location : S Univers ity Dr NB looking at northern abutment under bridge Note: Spot rusting on superstructure and debris accumulated on abutment seat Work Required: Same as previous S University Dr NB over West Fork Trinity River Mapsco 76N 4. Page 5 of 7 Location: S University Dr NB looking south along western side of bridge Note : Handrail and steel superstructure to be painted Work Required : Same as previous 5. Location : S University Dr NB looking south at eastern handrail Note: Several of vertical members of handrail have been bent Work Required: • Clean , prime and paint handrail • Straighten bent members as required by Engineer (SUBSIDIARY) 6. Location: S University Dr NB looking south at eastern handrail and truss portion of original bridge Work Required : • Clean, prime and paint handrail • Clean , prime and paint steel superstructure S University Dr SB over West Fork Trinity River Mapsco 76N 1. Page 6 of 7 Location: Looking at S University Dr SB bridge camelback truss portion of original bridge Work Required : • Clean, prime and paint handrail • Clean, prime and paint steel superstructure 2 . Location: Looking at S University Dr SB bridge camelback truss portion of original bridge Work Required: Same as previous 3. Location: Looking south at truss over SB bridge Note: Collision damage to truss members Work Required : • Straighten bent members (SUBSIDIARY) • Clean , prime and paint steel superstructure S University Dr SB over West Fork Trinity River I Mapsco 76N Page 7 of 7 4. Location : S University Dr SB looking south under bridge Note: Spot rusting on superstructure and debris accumulated on bent caps Work Required: • Clean, prime and paint steel superstructure and handrail • Clean, seal and paint bent caps and abutment seats 5. Location: S University Dr SB looking at northern abutment under bridge Note: Spot rusting on superstructure and debris accumulated on abutment seat Work Required: Same as previous APPENDIXC: PROJECT DESIGNATION SIGN DETAIL .,. .... .... 0 I ... N l ~<J -'-----~ 1-Q"---Di j -1 / ~5 // -I ,-~, 1 · 5R1D&E MA I NTENANCE PROGRAM · . .... """if ~CONTRACTOR'S NAME: ~ : TELEPHONE NUMBER ~ ·. ; ·~· PROJECT DESIGNATION SIGN APPENDIX D: TRAFFIC CONTROL PLANS · 1 ~ I (.'.) z <t: ....J a... 0 0 N ' tO ' 0 w I-< 0 i Li w ~ z I I .... w I w a: .... 111 SIOEWAJ..K Cl..O S~O I I SllEWM.JC a.osto ¢::::= US£ OTHER SU ¢::, c::::::> -L~ ~ I n. I Li "' I This plan 1s submit t ed for TCP . I certify this plan will be used for the following location (s): and that all channeliz ing dev ic es will conform to "General Notes " as shown on the back. . I . Signature: Dote= CITY OF FORT WORTH TRANSPORT ATIQN . AND PUBU C WOR KS SIDEWALK CLOSURE DETOUR ~ ENO ROAD . WORK ----- '----. ~.o.. ENO ROAD WORK 0, C C L 0 :3:: 0 0 C 0 > ,, <I: J> ~ ::0 0 rn :::o J> " CD C N '1 0 ., z fTl rr, :::0 X ..0.. ..0.. I if ..... . I O • ·O 0 I lo I 0 0 0 0 ir · ir I . -1( oo~oo l . . ARROW .BOARD II=' SPE ED LIMIT IS -11it MPH OR CREA TER I _Q_ / Jl. (S) '--.::r- This plan · is submitted for TCP. I certify this plan ~111 be· used for the felling locat1on(s): I '-CD •• and thot oll chonnelizing w . l-g · Signature: CITY OF FORT WORTH J TRANSPORTATION ANO PUBLIC WORKS · / devices w·ill conform to ·General Notes' os shown on the bock . Date TYPICAL ONE -WAY STREET ONE RIGH T LANE CLOSURE .·.":· - Note: See· reverse side for Generol Notes ond Device Spoc1ng f>LAN 121R I . ENO ROAD WORK ------ ..______.. . ~.11. Ol C c L ' 0 ~ a, u C 0 > "O <I: D :;;:: :n 0 rn. ::0 D ;,;;: X _ __._ __ ..a.. 0 0000 ·o 0 0 o · /00 , . END ROAD WORK Th i s plcm 1s submitted for TCP. I certify this plan will be used for the folling location(sl: . I , I , / : and thot all channe_lizing devices will conform to 'General Notes' as shown on the back. 1- <C Cl ..... ~. · Signature: CIT Y OF FORT WORTH TRANSPORT A TIDN ANO PUBLIC WORKS Date TYPICAL ONE WAY STREET ONE LEFT LANE CLOSURE Note: · See reverse side f Or General Notes and Device Spacing PLAN. 121L "-GENERAL NOTES" 1. All channelizing devices shall be in accordance -vyith the current edition of the Texas Manual I on Uniform Traffic Control Devices. · · 2. All Traffic Control Devices shall have working visible warning lights as required in accordance with the c1,.1rrent edition of TMUTCD. 3. For Temporary Situations, when it·is not feasible to remove and restore pavement markings, channelization must be made dominant by using a very close device spacing. This is especially important in locations of conflicting information, such as where traffic is . directed over a double yellow centerline: In su<;;h locations, channelizing device spacing of 1 o feet is reqtijred. · · · 4 For Long Term Stationary work, all conflicting pavement markings must be removed and centerline striping provided where two way traffic is in adjacent la_nes: 5. Contractor shall provide sidewalk closure, crosswalk closure _and/or walkway bypass wherever pedestrian movements are affected by constrµciion activities. All sidewalks and crosswalks shall be accessible when contractor is not working unless otherwise ap.proved by the City Traffic Engineer. 6. The use of trailer mounted ARROW DISPLA vs·may be required on all lane closures. The contractor shall provide one (1) stand-by unit in good working condition at the job site, ready for use, if his operation requires 24-hour a day closure set-ups and if required. 7. City Traffic Engineer and/or Inspectors may require additionai traffic c.ontrol devices. TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES Minimum Desirable Taper Lenqths (L) Feet Posted 10' 11' 12' Speed Formula* Lane. Lane Lane MPH Offset Offset Offset 30 150 165 180 35 L=WS 2 205 225 245 60 40 265 295 320 rs 450 495 .5_49 ,·, -: '60 L=WS 500 550 · 600 ·L= aper length in feet W= Width of offset in feet _. . Note: Buffer Zone will be 25 feet {maximum) . LAN£ 0PF9ff -. WIDTH OF LAN£ BEING CLOSED -Suggested Maximum Device Soacinq · On a Taper On a.Tangent (Feet) . (Feet) ! 30 60-75 35 70-90 40 80-100 45 90-110 50 100-125 S= Posted speed in r,1ph Cl Cl IE] c!:£· LEGEND Channelizing devices Trailer mounted arrow display o=° Flagger . . . I~ Barricade Suggested Sign Soacina (Feet) "X" Dimension 120 160 240 . 320 400 Table 6C-la. Longitudinal Buffer Space Speed* (mph) Length (meters) Length (feet} 20 11 35 25 17 55 30 26 85 35 36 120 40 51 170 45 66 220 50 84 280 55 101 335 60 125 415 65 146 485 70 178 585 75 219 720 Table 6C-2. Taper Length Criteria forTemporary Traffic Control Zones Type of Taper Merging Taper Shi~ing Taper Shoulder Taper One-Lane, Two-Way Traffic Taper Downstream Taper *Formulas for Lare as follows: For speed limits of 40 mph or less : L=WS2 60 For speed limits of 45 mph or greater: L==WS Where: L = taper length in feet W = width of offset in feet S == posted speed limit, or off-peak 85th-percentile speed prior to work starting, or the anticipated operating speed in mph Taper Length (L)* at least L at least 0.5L at least 0.33L at least 100 ft 100 ft per lane Table 6C-3: Merging Taper Lengths and Spacing of Devices Minimum Desirable Suggested Maximum Taoer Lenaths ** Spacinq of Channelizino Devices Posted Formula 10' Offset 11' Offset 12' Offset On a taper Ona Soeed* Tanoent 30 L=WS2 150' 165' 180' 30' 60' -75' 35 205 ' 225' 245'. 35' 70' -90' 40 60 265' 295' 320' 40' 80' -100' 45 450' 495' 540' 45 ' 90' -110' 50 500' 550' 600' 50' 100' -125' 55 550' 605' 660' 55' 110-140' 60 L=WS 600' 660' 720' 60' 120' -150' 65 650' 715' 780' 65' 130' -165' 70 700' 770 ' 840' 70' 140' -175' 75 750' 825' 900' 75' 150' -185' • Conventional Roads Only (MPH) ** Taper lengths have been rounded off. L == Length of Taper (Ft.) W = Width of Offset (Ft.) S = Posted Speed (MPH) FORT WORTH -. .•. - TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Street Management Section 311 West 101 b Street Fort Worth, Texas 76102 (817) 392-6594 FAX (817) 392-8941 STREET USE PERMIT APPLICATION Application Date _____________________________ _ For Department of Engineering Projects DOE Number ______ ProjectTitle ___________________ _ DOE Inspector Name and Number _______________________ _ Contractor Contact Information (or attach business card with requested information) Contractor/ Applacant ___________________________ _ Contact Name ___________ Number ________ Fax _______ _ 24-Hour Emergency Contact Number----------------------- Project Details Description of Work ____________________________ _ Project Limits ______________________________ _ Mapsco Coordinate----------- Duration of Project: Proposed Start Date _________ End Date _________ _ Required Information to be Submitted with Application Traffic Control Plan. Construction Plans (8.5"xl 1" or 11 "xl 7" format). Copy of Currant Insurance (For other than City contracted work). If for Multiple Location, Provide Proposed Start and End Date for Each Location on Traffic Control Plans. J Define Times of Day Traffic Control Plan Will be Applicable and What is to be Done During Times l Outside That Time Frame (i.e. Barricades to Be Removed or Remain in Place, Trench Plates to be Utiliz d,f,,'c(l~"· 'j i 1 i '.c;Rl(',(~,;;r; I I Advanced Warning Signs to be Turned Around or Removed, ect.) ~·('(h,, !-.~ ~.sv~ i.:JI tiW ~gt~~i~V 1 n. ~i~~v~. v~it , APPENDIX E: CONFLICT OF INTEREST QUESTIONNAIRE I CONFLICT OF INTEREST QUESTIONNAIRE Fo vendor or other person doing business with local governmental entity T ~is questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed . See Section 176 .006 , Local Government Code. A person commits an offense if the person violates Section 176 .006 , Local Gr ernment Code. An offense under this section is a Class C misdemeanor. l.!J Name of person doing business with local governmental entity. D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Received (The law requires that you file an updated completed questionnaire with the appropria te filing authority not later than September 1 of the year for which an activ ity des crib ed in Section 176 .006(a }, Lo cal Government Code , is pend ing and not later than the 7th business day after the date the originally filed questionnaire becom es incomplete or ina ccurate .) ~ Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. ~ Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire . Amended 01 /13 /2006 5 7 J ONFLICT OF INTEREST QUESTIONNAIRE Fl r vendor or other person doing business with local governmental entity FORM CIQ Page 2 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the a swer to A, B, or C is YES.) Tlii is section, item 5 including subparts A , B, C & D, must be completed for each officer with whom the filer has affiliation or b11 siness relationship. Attach additional pages to th is Form CIQ as necessary. A Is the local government officer named in this sect ion receiving or likely to receive taxable income from the filer of the questionnaire? Oves DNo B. 1 ls the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the ta xable income is not from the local governmental entity? Oves DNo C Is the filer of this questionnaire affiliated w ith a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Dves DNo D Describe each affiliation or business relationship . D scribe any other affiliation or business relationship that might cause a conflict of interest. Signature of person doing bu sin es s with the governmental entity Date APPENDIX F: PROJECT LOCATION MAPS FORT WORTH X y SCALE IN MILES r -----, -----, . GY ;;:;~}f.fW~iW.~YALiip:~1J&,;1~q~~~;MitJ fiY COPYRIGHT 2005 by MAPSCO, INC . • ALL RIGH TS RESERVED E Sem i nary Dr EB over Sycamore Creek 1400 Bloc k of E Semi nary Dr MAPSCO 91M SCALE IN FEET r r -, , 0 1000 2000 3000 BOOK PAG E 109 1 I \ /,,~·, co r=- 0 BOOK PAGE 1048 ~ lAWSON 12 i BLUE MOUN D -CANTRELL SANSOM 13 ..._ 10 "' L.. NORTHEAST W Long Ave EB & WB over Marine Creek 1200 Block of W Long Ave MAPSC048W COPYRIGHT 2005 by MAPSCO, INC . -AU RIGHTS RESERVED r 0 SCALE IN FEET I 1000 I 2000 0 18 ~ -, 3000 -~, ...... ~ .. COPYRIGHT 2005 by MAPSCO, INC. -ALL RIGHTS RESERVED BOOK PAG E 1062 9 3000 For Central Business Di strict map coverage, see pages 22 and 23 . I ;;;;;;;-, l/. l,'2 BOOK PAGE 1076 '(i)J_: J~;~}f,i1.f~P~t(~~f P.9.J~r.·,gpJ~~ttr:~~1.~~i~ :cv COPYRIGHT 2005 by MAPSCO, INC . • A ll RIGHTS RESERVED r 0 SCALE IN FEET ., 1000 -, 2000 ---., 3000 For Central Bu siness D istrict mop c.overnnA <~A nnnpc; ?? nnrl ?~