Loading...
HomeMy WebLinkAboutContract 54411-FP1 i FORT WORTH@ TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Secretary No:_54411 -FP1 Date Received: Oct 14,2021 City Project No; 100575 Regarding contract 54411 For EAST 1ST STREET BRIDGE IMPROVEMENTS as required by the PARK& RECREATION DEPT, as approved by City Council on 06/23/2020 through M&C 20 0465 die director of the PARK&RECREATION DEPT, upon die recommendation of die Assistant Director of the I Transportation&Public Works Department has accepted the project as complete, � Original Contract Prices: $836,SS4.S9 Amount of App roved Change Orders: $64,410.28 Ne 1,2, Revised Contract Amount: $900,964.87 Total Cost Work Completed: $899,708,88 Less Deductions: Liquida ted Damages: 0 Days @$500,0W Day Pavement Deficiencies: Total Deduction Amount: $0100 Total Cost Work Completed: $899,708.88 Less Previous Payments: $854,723.44 Final Payment Due $44,985,44 Oct 13 2021 .avid Creek(Oct 13,202114:44 CDTL Recommended for Acceptance Date Asst, Director, PARK &RECREATION DEPT. RMakWZavala Richard Zavala(Oct 13,202117:47 CDT) Oct 13,2021 AcceptedDate Director, PARK& RECREATION DEPT. Client Department Y�Ce�ce-Ylra�tr�Valerie Washington(Oct 13,20TI18:54 CDT) Oct 13,2021 Asst, City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No. 7 To(Owner) City of Fort Worth Invoicing Period(Ram-To): Invoice Date: 5/1/2021-On 1/2021 9/14/2021 P•0• FW080-0000006066 IF—,(Contractor): Remit to(ITNot Automatic Deposit): Number: Fort Worth Civil Constructors.LLC Fort Worth Civil Constructors,LLC PO BOX 164513 Fort Worth,Texas Project: 100575 Contractors CFW Vendor No.: 76161 70000(H)372 City Secretary Comber 54411 Na c°°ira Number: m e' e:East 1st Street Bridge Improvements Application For Payment Change Order Summary Approved Clan 2Orden 1.ORIGINAL CONTRACT PRICE.......................................................... S S836,W.59 Number Additions Deletions 2.Net change by Change Orders. ........... S S64,410.28 1 $20.642.28 3.Current Contract Price(Line 1 t2)........................................................S S900,964.87 2 $118.148.00 $74,380.00 4.TOTAL COMPLETED AND STORED TO DATE 3 (Progress Estimate,Construction Allowance and Change Orders)....... S 5899,708.88 4 5.RETAINAGE: 5 a. X S899.708.88 Work Completed.....,.,..S 6 b. X Not Used S 7 c.Total Rctainnge(Line 5a+Line 5b)...............................S 8 6.AMOUNT ELIGIBLE TO DATE(Line 4-Line 5c).............................S S899,708.88 TOTALS $138.790.28 S74.380.18) 7.LESS PREVIOUS PAYIIIENTS(Linc6 from prior Application),.,.....,S S854,723.44 NETCHANGEBY S64,410.28 8.AMOUNT DUE THIS APPLICATION....................................... S S44,985.44 CHANGE ORDERS 19.BALANCE TO FINISH,PLUS RETAINAGE (Column G on Progress Estimate+CA+COs+Line 5 above)...............S S1,256.00 Contractor's Certification 10.CONTRACT TIME; The Cmwmctor eertifnes with the submittal of ihts document and associated Payment Request Submittal a. Days Awarded 180 on the City of Fort Worth Bumsaw•system that to the best of their knowledge:(1)all previous progress b. Days Added by CO 21 payincels received from Owner on account of Work done under the Contract hate been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by C. Total Days 201 prior Applications for Payment;(2)title craft Work,materials and equipment incorporated in said Work or othemise listed in orcovered by this Application for Payment will pass to Owner of time of payment d, Days Charged 20) free and clear of all Liens,security interests and enewnbrances(except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens,security interest or encumbrances); C. Days Remaining and(3)all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defcclive. Brad Caldwell(Oct 8,202110:23 CDT) This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications.You are encouraged to read the document carefully and consult Legal Counsel prior to Its execution. Progress Estimate °a,�r";� suu Contractor's Application East Wst-1 D,1dgatmprorsmen3s m`-"•9^=!Q FINAL SIM021-81312021 .+LT3=.no,e 911)01 a O f m &UTac�a \�. sfse:drn�3- Ts`r�r"T'6a y ae.ssur�a e)�):9 SM-,+)•)•e �u sl..-lr` vca-o imm.< es\,i. y� < ae:.-,h'o-.wc¢< rrsmrsvd a.,a[>rb� .nae1 os. m w-n _ _ aa53remd66on __ _- -- -o Ce p+dOa Nib t n __. _..__._- .__iix'S•) -_Ls.. —_...iffAYJ] - llfq,Q$W— ...;105.0>)Oo 1pumOW _ 51 S.OW W -....- slf60mm -__. _ _ _... - .51160?]O] i00 Q% tat i Jboseasy,f rnrull» .0.. - ...... opm SI)Cnm U,tSW 00 2WTA000 H00lW lIj.. AW]W 1w- tm GnsW_tldn_l1rPt Fasrel{tvrw.m�-.rl SW)])i» lF �O.L M7)TI .SSW .uiWW iP.O aA ._SS,4— SS,I000d SSIWW 1000% ...... W! ERSMC_arLall ..l wsra,el— __ Tv)1»Sd lF 152wwW S1flWW »I,/W0] S1116000 100_0% .. VO! CgnilNct?0.RaFc1SM_Irvnw T_!wl N•Hn)) FA IO)DJW - -53i3W SI,eO% 2o0]W)oo _.. U.0oa00 SI,b:+]DO _- SI 6:0Ib V4i CdnWuct'o_n EL slrstl rJnna,Tl__- TS'd]ll» FA _-2Www` _ t},'Ay00 ..._... SS,OWW 2pWU]lW _SS.WOp! 55.W100 _ _ SS OJOW 10]0% L4] Sl Sls:OniN[tdn Frtry R9301ruf avrry+T) 11S'd]ll ll 15 10]p000 SSA]00 Wx)In IwQoC,,W --- 56:MW SS2WW IW Ox ___. IOd V-FluTl?'llOsul rTvi]11» Sf OOi 3!!.9 T.,1r3W -wo— St,ISSW 11. Re[rare Gea Rll I—oI, .II_ f2a0000W !11W S—ol S}'cox0oo -... n-. SS,-- 55 t5 Woo IWO% L10 Rerram Lbmsyt i?ry Rai - __..._.-..-_ _ - .�\vein» La IO00000 _S,SWW S2•Ao00 IDWOWW .-. r{SaOW t134)W 5},p00W tW G% _..__ 451 tkx 94�mic�nnC sTv)»16 lIX! l3 H0. 5112foW -� ����- - 3f9260W 052 1Corcrel±IN --s lu�Ni 1 ._... ..___. sr.l rs -. _ TSDi]r 9F "n t6W vs-SKIN uaowwo] - ss>iiW - Si nlm _ ... Hn200 EOM N] ('grcrt t±sWct FlCv lea+! •re.n _. raDilY EF -.. "now. ilj G]- - -Slows �ir2 --- Hs6s}0) - Hsl9}OJ _ _ $sa C)-,i Lp F9P5't GraxN SNCMe bmseafYasl„ 'IT 1, -12 W�11C — !I9TOW ,}_ _. T3,-oo 39W]W _ _._ .__ .__ 19fWW IWo% _ 113 F<pseCorartt±SIMNel rs, T.UT19 sr 2]9p1Tvl] S}WW 12Z!.. 9)90i00W00 _. 551,9]0 pJ 551910 SSy9]OW IWpx Llfi Fr<smstcs:/P[e lrvt l.OT 1)I CF 2Jo:JY» S.100 f—o. To- iI-. LI]....PJa'}S Rsd ReN er,lms:IrlISII__ __ Tafill. l_B 159WWl! w000 59m3W L•9a l\UW 596]9W _.. S9.P.9W 19b9W 1W0 _...._. FIS Wln ar4 Psasrs W.tu<1rsbn lAhaMq) i.UTl1) _ pJI OJ - . Ss Itu]» H!D)]0) Hl LI9 cxt I,az4 P][tP ylrrs�,tetzlslpr _TNTY6 l5 10owwowow, SS,,-. fI C�]ON __ SIO,0000) IS ian s,imm __- - strap]'21 0.--..P>rtrfx Rytrg 1ps'rtv[ln.y vPn —Hs _. _-_ F}I Co to Cra[t RtSH Y,(cxrr.9lr♦aIl ia)T h) -lF !] 516:50 62woom 0 Ss-00 !i;lO500 31]i)S D] f0]O% Sl W)RfrNL:lil E±N auld[!s _ r.ni l» f_ _»[app0(d _SI033 »?01)W t11a 00pWS0 Sf FOR 00 ,fi�OZ)W 520}iW 16]0% - 4]1 lMYen F'I?e_a[te<n - _ ffw! tF- -. lW CO1]00 HUW SsiJ3)W 0)0.Oa0[goW 59]AWM 19i.?6lW 191,lto 0) IP]Gx -,.-- _ L}! AspNY PSvem tR nd\al(�.a.al) LTVIC lI 1I s( b)]6 wome Slow S-4 YAW 3!l6 —soon -W. 3)3]W W 1w- 1. W—H±mv[sl - TY02l1IS E�1 aocco0 Wool Sl]W 00 6- -ook. _S_Iy M. I}I300%1]W] _SIJ]-- 11]],K9W -_ _ - SI1),YOo0 l0o0x - -. .L:! RVRiPQ," /T,I lth .TY>I)r OJ cY woom 316.16 l9,FAW 60W00000 59 E:JW 39,W]W -.__. _. S9 giro0 1000% G9 S•RerJ.canu9le Tn! fFlv)1»]) sT IA])WOWt SI. fl l],_ATS It�ll SI I6 rLO.I6 SI16 SOI6 SOW iltfig000 935% SI,Y-9W t)) 54l18j'SSN9 .11v 116T» FA 2G]Dl]] It T.14 uoolGs 2WWW00 "'M(0 H2O- To Lll rbWeSleCryl.., SSYI}9]» rs 77T:50.,J))) 30 t! Sl,W21! 2P]50[O]JO]7 H W113 H.W2U !,,®2!!1W F)} T<rrpgq_ry 15A) I!-"r.>I. .. rnv)]9]» EF nilsttm]o YJ:tl-_ -- 15,91116 zlT}5. -.. .._ _55,9,It .15,911]fi 5591�551000% -. 1W 3r:>,r]tyieme,•:alrnle�.5 Rma e51sA•.5,��lNClm S3nthNL!»d< G6:0I*lflcf Flq�u E,sm6 Progress Estimate ���"'��., 3JJ11 Contractor's Application East lst Street Brldgclmpmr9mmts FINAL Hsfmaiaa 51112021-r13112021 Ali:es'— 9n1tl911 A i n i is f rntN ¢1C� rn,niz Cft'te i"''eaC'>=' Y1•e ¢nl-a11Fvsf\she t'3=TV M:.1 nteait�neaii ���p In �le un� ¢fEmT•a �4« 59m xv 9' 1:>�"a X�dInlnCl txca a Ilevss IC•fl 0 ---.___.--------- .._ ... ws waf nw u.w el wl of arnf m•d.a-.+,me•dm�a�o,n mF�em<a.flco:ae.-�.y�.vaf�lnp+;rac_ �afa:..,i•+>n�•,,;aunfe<nr�,aNa��=,�c.._�..1fn e,n�.na City of Fort Worth Summary of Char es City Sccrctan•Contract Num: 1 54411 East lst Street Bridge Improvements P,D„ FW080-0000006066 Project Number: 100575 Application Period: 5/1/2021-8/31/2021 Application 7 Application Date: 9/14/2021 Number: Funding Identification(FID) I I Total Completed ! I Amt Remaining I I Gross I I Relainage 1 i Net I Original Contract I $40304.51 I $40 304.61 i 33005.206 0 00 0-1 0 057 5-CRETAN 1 I I33002-2060000.100575-CRETAN ! I ( 1 I 1 1 $4,680.931 1 $4,680.93 10 l0 o 0 I I I 1 I 1 I 10 :0 to o I I I 3 I ! 0 1 ! I I 1 I I I i IChange Order 1 330 05-206 0 00 0-10 0 57 5-CRETAN I $20,642.28 1 33 0 02-206 0 00 0-1 0 0 57 5-CRETAN ! I I ! ! I I I I I !o !0 I ! 1 o ! 1 I 1 I 1 I 1 10 �o io )0 ! I 1 I io I I I ! l0 i Change Order 2 1330D5.2060000-100575-CRETAN 1 $118,148.00 ($74,380.00) 33002-2060000-100575-CRETAN ! o I I I 0 ! I 0 0 1 I ! 0 0 0 City of Fort Worth Summary of Charges Cit1•Sccrctan•ConlractNum: 54411 EastIsl Street Bridge Improvements P•p,: FW080-0000006066 Project Number• 100575 Application Period: 5/l/2021-8/31/2021 APplicntion 7 Application Dole: 9/14/2021 Number. Funding Idenli0cation(FID) I i Total Completed I Amt Remaining i I Gross Retainage !. Net ! .Totals 1 I 1 ( I 133005.2060000-100575-CRETAN 1 I $138,790.28 I $74,380.00{ I I I $40,304.51 I $40,304.51 1:33002-2060000-100575-CRETAN I 1 I 1 I S I $4,600.931 1 $4680.931 to I I I I f 1 io to ! I I 1 ! I 10 1 I I I 1 I to t f I 1 I !o .o to I I ' 1 t I ' Grand Total $138,790.28 ($74,380.00)1 $0.001 1 $44,985.44 1 1 $44,985.44 FORTWORTH, City of Fort Worth Change Order Request CSC N.54411-COI Project Name East 1st Street Bridge Improvements City See 54411 Client Project 4(s) 100575 33005-0800450-5740010-100575-005080-9999 Project East 1st Street Bridge Improvements Description Contractor Fort Worth Civil Constructors,LLC Change Order# 1 Date 12/1/2020 City Project Mgr. Carlos M Gonzalez City Inspector Ryan Garrett Miller Contract Time Dept. PARD Totals CD Original Contract Amount $836,554.59 $836,554.59 180 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $836,554.59 $836,554.59 180 Go to ADD&DEL Tabs to Enter CO Backup $20,642.28 $20,642.28 Revised Contract Amount $857,196.87 $857,196.87 180 Original Funds Available for Change Orders $40,000.00 $40,000.00 Remaining Funds Available for this CO $40,000.00 $40,000.00 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 2.47% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $1,045,693.24 JUSTIFICATION(REASONS)FOR CHANGE ORDER During construction,the plan calls for the removal of the existing asphalt road at 9"deep to install a new concrete trail at the same location. However,during the removal,it was discovered the abandoned roadway was 13 to 14 inches deep. The contractor was asked to provide a quote to remove the remains of the old road.Upon reviewing the proposed scope and pricing,staff found the fee to be fair and reasonable. The Park&Recreation Department will use the available funds in the project to award this change order. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Company Name Contractor Name FContract Signature Date Fort Worth Civil Constructors,LLC Austin Alumbua h 9� 6a Dec 9,2020 Ins ectorfins ecton Supervisor Date Project Mana er/Pro ram Manager Date Dec 18,2020 Giirli.�.� i ai�«!�� ! " ` L Dec 18,2020 Assistant Director(Dept) Date Director,Contracting Department(Dept) Date ckglo! Dec 21,2020 xicl—d z�ra - Dec 21,2020 Assistant CityAttome Date Assistant Cite Manager Date Dec 23,2020 ,p Dec 23,2020 Council Action if required) M&C Number N/A M&C Date Approved City of Fort Worth Change Order Additions Project Name I East 1st Street Bridge Improvements City Sec# 54411 Client Project# 1 100575 33005-0800450-5740010-100575-005080-9999 Contractor Fort Worth Civil Constructors,LLC PM Carlos M Gonzalez Inspector Ryan Ga ett Mlller Change Order Submittal# = Dale 121112020 ADDITIONS ty Unit Unit Cost Total °-5°Additional Depth spah Removal PARD 7. PARD $20,642.28 Sub Total Additions Change Order Additions Page 2 of 4 morel Won:nr City of Fort Worth r— Change Order Deletions Project Name East Isl Street Bridge Improvements City Sac 54411 Client Project# 100575 33005-0800450-5740010-100575-005080-9999 Contractor Fort Worth Civil Constructors,LLC PMJ Carlos M Gonzalez Inspector Ryan Ga melt Miller Change Order Submittal# o Date 1 21112 0 2 0 DELETIONS ITEM DESCRIPTION ULP I ty Unit UnitCost ota PARD $0.00 Sub Total Deletions Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO N/A Total $0.00 Previous Change Orders Co# DATE AMOUNT Total $0.00 Project: East 1st Street Bridge Improvements Project# 100575 Summary Highway: T$1,3 Additional Depth Asphatl Removal Date: 01-Dec-20 COR Number: 1 Item Description QTY UM Unit Price Amount 1 Additional Depth Aspahtl Removal(4"-5") 2,883.000 SY $ 7.16 $ 20,642.28 i i Total $ 20,642.28 Page 1 of 1 1211/2020 11:45 AM Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Carlos M Gonzalez Name of Employee Park Planner Title ❑ This form is N/A as No City Funds are associated with this Contract Fo Carlos M Gonzalez Printed Name Signature Attested by: FORTWORTH City of Fort Worth CSC No. 54411-052 —�"�-- Change Order Request Project Namel East 1st Street Bridge Improvements City Sec# 54411 Client Project 4(s) 100575 33005-0800450-5740010-100575-005080-9999&33002-0800450-5740010-100575-005080-9999 Project East 1st Street Bridge Improvements Description Contractor Fort Worth Civil Constructors,LLC Change Order# 2 Date 1/13/2021 City Project Mgr. Carlos M Gonzalez City Inspector Ryan Garrett Miller Contract Time Dept. PARD Totals CD Original Contract Amount $836,554.59 $836,554.59 180 Extras to Date $20,642.28 $20,642.28 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $857,196.87 $857,196.87 180 Go to ADD&DEL Tabs to Enter CO Backup $43,768.00 $43,768.00 21 Revised Contract Amount $900,964.87 $900,964.87 201 Original Funds Available for Change Orders $40,000.00 $40,000.00 Remaining Funds Available for this CO $19,357.72 $19,357.72 Additional Funding(if necessary) $24,410.28 $24,410.28 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 7.70% MAXALLOWABLECONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $1,045,693.24 JUSTIFICATION(REASONS)FOR CHANGE ORDER During construction,the plan calls for removing the existing asphalt roadway and using the gravel under the road to compact the new concrete sidewalk's grades. However, after removing the asphalt road,there was no gravel under the road. Therefore,it was determined by both parties to use the roadway millings to compact and stabilizes the grades for the new trail. During construction,the plans and specs call for the contractor to touch up,clean up,and add several materials to the bridge.Both parties agreed it would be better to paint the bridge's exposed entire northern section and only touch up the southern area. Lastly,during the project,the contractor submitted an asphalt request for substitution. The city determines the product to be adequate for the project but chipper in price. The contractor agreed to provide the city with some credit by using the substitute asphalt product. The city requested the contractor for a quote to re-use the roadway milling,paint the entire bridge,and the credit for the asphalt product substitution. Upon reviewing the proposed scope and pricing,staff found the fee fair and reasonable. The Park&Recreation Department will use the project's available funds to award this change order. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Company Name Contractor Name Contract Signature Date Fort Worth Civil Constructors,LLC Austin Alumbua h vim. nKs�c Jan 25,2021 Ins ector/Ins ection Supervisor Date Project Manager/Program Manager Date rorl � Jan 25,2021 �r../� ��.a.� `' \ Jan 25 2021 ✓ r C Assistant Director(Dept) Date Director,Contracting Department(Dept) Date Dale c,rPK Jan 26,2021 �"����"^'='�'' Jan 26,2021 Assistant City Attomey Date Assistant City Manager Date Feb 1,2021 14440 Feb 1,2021 Council Action if required) M&C Number M&C Date Approved City of Fort Worth Change Order Additions Project Name East 1st Street Bridge Improvements City Sec# 54411 Client Project# 100575 33005-0800450-5740010-100575-005080-9999&33002-0800450-5740010-100575-005080- Contractorl Fort Worth Civil Constructors,LLC PMJ Carlos M Gonzalez Inspector Ryan Ga ett Miller Change Order Submittal# = Date 1I1312021 ADDITIONS ty Unit Unit Cost Total Bitumionus Concrete on Deck PARD 5. ---TUN— Propose Bridge Painting PARD 0 LS 775 Concrete Trail Milling Import PARD . 0 D PARD $118,148.00 Sub Total Additions Change Order Additions Page 2 of 4 Fnur NVoRrij City of Fort Worth Change Order Deletions Project Name I East 1st Street Bridge Improvements City Sec# 54411 Client Project# F 10 5575 33005-0800450-5740010-100575-005080-9999&33002-0800450-5740010-100575-005080- Contractorl Fort Worth Civil Constructors,LEE PM1 Carlos M Gonzalez Inspector Ryan Garrett Miller Change Order Submittal# 0 Date 1/1312021 DELETIONS Cry Unit Unit Cost Total Bitumionus Concrete on Deck PARD 45.00000000T Clean and Paint Superstructure PARD Clean and Paint Railing PARD Toom000L Clean and Paint New Railing PARD L PARD $74,380.00 Sub Total Deletions 7 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO N/A Total $0.00 Previous Change Orders co# DATE AMOUNT Total $0.00 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Carlos M Gonzalez Name of Employee Park Planner Title ❑ This form is N/A as No City Funds are associated with this Contract Fo Carlos M Gonzalez l� ' Printed Name Signature Attested by: A� AT ' "•r , Project: East 1st Street Bridge Improvements Project# 100575 Summary Highway. j����.<<� Import Millings to Grade Trail Date: 08-Jan-21 COR Number: 4 Item Description QTY UM ( Unit Price Amount 1 Import Millings to Grade Trail 62.000 LID $ 203.985 $ 12,647.07 Total $ 12,647.07 Page 1 of 1 11812021 10:02 AM Force Account Daily Time and Material City The City of Fort Worth Project East 1st Street Bridge Improvements Control Highway Description of Work: Import Millings to Grade Trail - -- --- -� Date: I _ 'TQ�JIPMENT I --- _ — -Labor - _ Description Hrs Rate Amount Hours Rate Amount Reg. O.T. Reg. O.T. _ Volvo-90 Loader- - - - 30.00 $ 67.65 $ 2,029.50 Loader Operator _ 24.00 6.00 21.00 $ 31.50 $ 693.00 $ $ $ { $ $ $ $ $ $ I _ $ $ $ Sub-Total $ 2,029.50 Sub-Tolal $— 9-3. 00 15% $ 304.43 (INSURANCES AND TAXES) 55% $ 381.15 25% $ 173.25 Total Equipment: $ 2,333.93 Total Labor: $ 1,247.40 Material-Supply - Subcontract Description Quantity UOM Rate Amount Quantity UOM Rate Amount $ Trucking __ 62.00 LD $ 135.00 $ 8.370.00 $ $ $ $ S $ $ - -- $ $ $ Sub-Total $ Sub Total $ 8,370.00 15% $ 5% $ 418.50 Total Material: $ Total Subcontract: $ 8,788.50 Summa - —- - Approved.Brad Caldwell Date 01/08/21 Labor 1,247.40 Ft.Worth Civil Constructors E ui ment $ 2,333.93 Date Material $ The City of Fort Worth Subcontract $ 8,788.50 Bond 1% $ 277.24 CORP 4 Total This Sheet $ 1E,647.07 1I812021 10:02 AM E uipiv`1enil(Watch,.. www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book@ January 15,2020 Volvo L90H 4-Wd Articulated Wheel Loaders R Size Class: r 175-199 HP Weight: A HPn; rrl h i Configuration for L90H Bucket Capacity-Heaped 2.7-9.2 cu yd Net Horsepower 184.0 hp Operator Protection ROPS/FOPS Power Mode Diesel Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated FHWA Rate— Operating Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$6,370.00 USD$1,785.00 USD$445.00 USD$67.00 USD$35.47 USD$71.66 Adjustments Region(Texas: 88.9%) (USD$707.07) (USD$198.13) (USD$49.40) (USD$7,44) Model Year (2020: 100%) Adjusted Hourly _ _ Ownership Cost(100%) Hourly Operating Cost(100%) Total: USD$5,662.93 USD$1,586.86 USD$395.61 USD$59.56 USD$35.47 USD$67.65 Non-Active Use Rates Hourly Standby Rate USD$20.27 Idling Rate USD$50.31 Rate Element Allocation Element Percentage Value Depreciation(ownership) 41% USD$2,611.70/mo Overhaul(ownership) 37% USD$2,356.90/mo CFC(ownership) 12% USD$764.40/mo Indirect(ownership) 10% USD$637.00/mo Fuel(operating)@ USD 3.07 51% USD$18.13/hr Revised Date: 1st half 2020 These are the most accurate rates for the selected Revision Date(s). However,due to more frequent online updates,these rates may not match Rental Rate Blue Book Print.Visit the Cost Recovery Product Guide on our Help page for more information. All material herein©2003-2020 Informa All rights reserved. Can you please send me a load price on hauling lopl� millings for ouryard at 4860 Mark IV Parkway in Ft. Worth to the intersection of East 1st Street and Gateway Park in Ft . Worth . Looking at probably 60 135/load loads using end dumps . FORT WORTH CIVIL CONSTRUCTORS, LLC 12.15.2020 To: Mr. Carlos Gonzalez City of Fort Worth Parks & Recreation Department 4200 South Freeway#2200 Fort Worth,TX 76115 Re: East 1st Street Bridge Improvements- Painting Mr. Gonzalez, Please find below Fort Worth Civil Constructors, LLC (FWCC) proposal for the painting of the bridge as discussed on site on December 9th, 2020. Per the onsite meeting, our proposal includes the following: • Full overcoat of the outside beam facing East 1st Street (north) • Full overcoat of all handrail • Touch up paint on the outside beam (south) and the beams and bracing underneath the bridge up to 450 SF All areas to be painted will be solvent cleaned, hand tooled, and primed. Painting as Described Above 1 LS $87,500.00 $87,500.00 Clean & Paint Superstructure (System 1A touch-up) -1 LS ($44,000.00) ($44,000.00) Clean & Paint Railing (System 1A touch-up) -1 LS ($10,000.00) ($10,000.00) Clean & Paint New Railing (System II clean & paint) -1 LS ($1,120.00) ($1,120.00) Please let me know if you have any questions or would like to discuss further. Respectfully, ;,J 64LA Brad Caldwell Project Manager Cc: Project File (0) 817. 562. 2292 1 (F) 817. 562. 2293 1 www.FWCivCon.com Office: 4860 Mark IV Parkway, Fort Worth, TX 76106 1 Mail: P.O. Box 164513, Fort Worth, TX 76161 rcalic03359 x bollne o Carbocrvoatings-Linings-Fireproofing PRODUCT DATA SHEET SELECTION & SPECIFICATION DATA Generic Type I Waterborne Acrylic Description Versatile high performance finish with excellent corrosion resistance and exterior weathering properties. • Multi-purpose interior/exterior coating • Excellent color and gloss retention Features Single component • Outstanding corrosion protection • Low odor, low VOC • Acceptable for use in USDA facilities Color I Refer to Carboline Color Guide. Certain colors may require multiple coats to hide. Finish I Semi-Gloss Acrylics,Alkyds, Epoxies, Inorganic and Organic Zincs and others as recommended under Primer Substrates&Surface Preparation. A mist coat may be required to minimize bubbling over Inorganic Zinc primers. 2-3 mils(51 - 76 microns) per coat Dry Film Thickness Do not exceed 3.0 mils in a single coat Solids Content I By Volume 37% +/-2% 593 ft2/gal at 1.0 mils(14.6 m2/1 at 25 microns) Theoretical Coverage 297 ft2/gal at 2.0 mils(7.3 m2/I at 50 microns) Rate 198 ft2/gal at 3.0 mils(4.9 m2/I at 75 microns) Allow for loss in mixing and application. As Supplied : 0.5 Ibs/gal (60 g/1) VOC Values These are nominal values and may vary slightly with color. EPA Method 24: 1.1 Ibs/gal (132 g/1) (Calculated minus water and exempt solvents) Continuous: 235°F (11YC) Dry Temp. Resistance Non-Continuous: 325°F (163°C) Slight discoloration and loss of gloss is observed above 200 F (93 C). Limitations I Apply and cure at temperatures of 50°F and above for 24 hours. SUBSTRATES & SURFACE PREPARATION General Surfaces must be clean and dry. Employ adequate methods to remove dirt, dust, oil and all other contaminants that could interfere with adhesion of the coating. SSPC-SP6 with a 1.0-2.0 mil (25-50 micron) surface profile for maximum protection. SSPC-SP2 Steel or SP3 as minimum requirement. Prime with specific Carboline primers as recommended by your Carboline Sales Representative. August 2018 0263 Page 1 of 4 Carbocrylic° 3359 carbolineA 0 PRODUCT DATA SHEET Coatings-Linings-Fireproofing SUBSTRATES & SURFACE PREPARATION Galvanized Steel SSPC-SP1. Prime with Carbocrylic®120 or others as recommended by your Carboline Sales Representative. Concrete: Must be cured 28 days at 75°F(24°C) and 50% relative humidity or equivalent. Laitance,form oils, curing agents and hardeners must be removed by suitable method before Concrete or CMU coating application. Prime with Carbocrylic 120.' CMU: Mortar joints should be thoroughly cured for a minimum of 15 days at 75°F (24°C) and 50% relative humidity or equivalent. Prime with a latex block filler. Drywall & Plaster Joint compound and plaster should be fully cured prior to coating application. Prime with Carbocrylic 120. Previously Painted Lightly sand or abrade to roughen surface and degloss the surface. Existing paint must attain Surfaces a minimum 3A rating in accordance with ASTM D3359"X-Scribe" adhesion test. Prime with Carbocrylic 120 or others as recommended by your Carboline Sales Representative. Wood I Lightly sand with fine sandpaper and remove dust. Prime with Carbocrylic 120. PVC Remove all oils, grease, and dirt. Prepare surface by light sanding/abrading to degloss and provide anchor profile. PERFORMANCE DATA All test data was generated under laboratory conditions. Field testing results may vary. Test Method System Results Blasted Steel No blistering, rusting or rust ASTM B117 Salt Fog 1 ct. IOZ 1 ct. 3359 creepage at scribe after 1500 hours ASTM D1653 Water Vapor Transmission 1 ct. 3359 Water Vapor Permeance (WVP) of 3.94 U.S. Perms Blasted Steel ASTM D3359 Adhesion 1 ct 3358 5A 1 ct 3359 ASTM D3363 Pencil Hardness 1 ct. Acrylic Pr. 5B 2 cts. 3359 ASTM D4060 Abrasion 1 ct. Acrylic Pr. 185 mg. loss. 3000 cycles, CS10 Wheel 2 cts. 3359 ASTM D4213 Scrub Resistance 1 ct. 3359 .0235/.0655 Microliters per 100 cycles Wet/Dry Film Volume ASTM D4541 Adhesion Stainless Steel 1675 psi (Elcometer) 1 ct 3359 ASTM E84 Flame and Smoke 1 ct 3358 Flame 10 Smoke 20 Class A 1 ct. 3359 Test reports and additional data available upon written request. MIXING & THINNING Mixing I Power mix until uniform in consistency. Avoid excessive air entrapment. August 2018 0263 Page 2 of 4 rcalic° 3359 r boline o Carbocrvoatings-Linings-Fireproofing PRODUCT DATA SHEET MIXING & THINNING May be thinned up to 6 oz/gal (5%)with clean, potable water.Areas with cool substrate and warm ambient conditions can experience a surface skinning and separation. Under these conditions, the Thinning use of 6-12 oz/gal (5-10%)of Additive 102 assists in the proper film formation at the recommended dry film thickness,without surface skinning. Use of thinners other than those supplied by Carboline may adversely affect product performance and void product warranty,whether expressed or implied. APPLICATION EQUIPMENT GUIDELINES Listed below are general equipment guidelines for the application of this product. Job site conditions may require modifications to these guidelines to achieve the desired results. Spray Application Pre-rinse equipment with undiluted Carboline Surface Cleaner 3 followed by clean potable water (General) before spraying.The following spray equipment has been found suitable and is available from manufacturers such as Binks, DeVilbiss and Graco. Conventional Spray Pressure pot equipped with dual regulators, '/" I.D. minimum material hose, .086" I.D.fluid tip and appropriate air cap. Pump Ratio: 30:1 (min.)* Pump Ratio:45:1 for two or more guns GPM Output: 3.0(min.) Material Hose: 3/8" I.D. (min.) Airless Spray Tip Size: .017-.019" Output PSI: 1800-2100 Filter Size: 60 mesh *Teflon packings are recommended and available from the pump manufacturer. For ease of application, remove the pickup tube and immerse the lower unit directly into the material. Brush & Roller I Multiple coats may be required to achieve desired appearance, hiding and recommended dry film (General) thickness.Avoid excessive re-brushing or re-rolling. Brush I Use a synthetic bristle brush. Roller Use a short-nap synthetic roller cover with phenolic core. For rough surfaces, use a 3/8"woven nap synthetic roller. APPLICATION CONDITIONS Condition Material Surface Ambient Humidity Minimum 50°F (10°C) 50°F (10°C) 50°F (10°C) 0% Maximum 105°F(41°C) 130°F(54°C) 110°F (43°C) 85% Do not apply when the surface temperature is less than 5°F (3*C)above the dew point. Do not apply if temperatures are expected to drop below 50°F(10°C)within 24 hours of application. Special application techniques may be required above or below normal application conditions. August 2018 0263 Page 3 of 4 Carbocrylic0 3359 caxbolinefl 0 PRODUCT DATA SHEET Cowlings-Linings-Fireproofing CURING SCHEDULE Surface Temp. Dry to Handle Dry to Topcoat 50°F (10°C) 3 Hours 3 Hours 75°F (24°C) 2 Hours 2 Hours 90°F (32°C) 1 Hour 1 Hour These times are based on a 2.0-3.0 mil (50-75 micron) dry film thickness. Higher film thicknesses, insufficient ventilation, high humidity or cooler temperatures will require longer cure times. The acrylic film forming process may require several weeks at 75°F (24°C)with proper ventilation to develop adhesion and water resistance. High humidity, high film thickness, insufficient ventilation or cooler temperatures will lengthen the Dry to Handle and Dry to Topcoat times due to slower water evaporation rate.Waterborne acrylics are sensitive to moisture during early cure and are susceptible to handling damage. CLEANUP & SAFETY Cleanup Use clean potable water followed with suitable solvent to dry equipment. In case of spillage, absorb and dispose of in accordance with local applicable regulations. Read and follow all caution statements on this product data sheet and on the SDS for this product. Safety Employ normal workmanlike safety precautions. Use adequate ventilation. Keep container closed when not in use. PACKAGING , HANDLING & STORAGE 36 months at 75°F (24°C) Shelf Life *Shelf Life: (actual stated shelf life)when kept at recommended storage conditions and in original unopened containers. Storage Temperature& 40'-110°F (4°-43°C) Humidity 0-95% Relative Humidity Shipping Weight 1 Gallon- 11 Ibs(5 kg) (Approximate) 5 Gallons-51 Ibs (23 kg) 50 Gallons-525 Ibs(239 kg) Flash Point(Setaflash) I >200°F (93°C) WARRANTY To the best of our knowledge the technical data contained herein is true and accurate on the date of publication and is subject to change without prior notice. User must contact Carboline Company to verify correctness before specifying or ordering. No guarantee of accuracy is given or implied. We guarantee our products to conform to Carboline quality control. We assume no responsibility for coverage, performance, injuries or damages resulting from use. Carbolines sole obligation, if any, is to replace or refund the purchase price of the Carboline product(s) proven to be defective, at Carbolines option. Carboline shall not be liable for any loss or damage. NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY CARBOLINE, EXPRESS OR IMPLIED, STATUTORY, BY OPERATION OF LAW, OR OTHERWISE, INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.All of the trademarks referenced above are the property of Carboline International Corporation unless otherwise indicated. August 2018 0263 Page 4 of 4 rcaCarbomastic° 15 x boline ooatings-Linings-Fireproofing PRODUCT DATA SHEET SELECTION & SPECIFICATION DATA Generic Type I Epoxy mastic Aluminum-pigmented, low-stress, high-solids mastic with a proven field history. Carbomastic Description 15 was the pioneer mastic coating in a number of industrial markets and today still provides unmatched levels of barrier protection and corrosion resistance over existing finishes and rusted or SSPC-SP2 or SP3-cleaned steel. • Excellent performance over minimal surface preparation of steel substrates • Suitable as a topcoat for most tightly adhered existing coatings • Excellent choice for field touch-up of zinc-rich primers and galvanized steel Features • Unique formulation with aluminum flakes provides exceptional barrier protection • Available in a low temperature cure version (Carbomastic 15 FC) • Suitable for use under insulation on hot surfaces operating up to 300 °F (150 °C) • VOC compliant to current AIM regulations Aluminum (C901); Red (M500) Color Color variations within a batch and from batch to batch may occur due to the metallic pigments and variations in application techniques and conditions. *Red (M500) is available for use as a contrasting primer in multiple coat applications, but should always be topcoated. Primer I Self-priming. May be applied over most tightly adhering coatings as well as inorganic zinc primers. 3-5 mils(76- 127 microns) over existing coatings Dry Film Thickness 7- 10 mils (178-254 microns) in one or two coats in severe exposures Do not exceed 10.0 mils (250 microns) in a single coat. Solids Content I By Volume 90% +/-2% HAPs Values I As supplied: 0.70 Ibs/solid gal 1444 ft2/gal at 1.0 mils (35.4 m2/I at 25 microns) Theoretical Coverage 481 ft2/gal at 3.0 mils (11.8 m2/I at 75 microns) Rate 144 ft2/gal at 10.0 mils (3.5 m2/I at 250 microns) Allow for loss in mixing and application. Temperature resistance under insulation: Up to 300°F(150°C) Severe Exposures Discoloration is observed above 180°F(82°C) but does not affect performance. As Supplied : 0.7 Ibs/gal (88 g/1) Thinner 10 : 32 oz/gal: 2.0 Ibs/gal (242 g/1) Thinner 236 E : 32 oz/gal: 0.7 Ibs/gal (88 g/1) VOC Values Thinner 72 : 32 oz/gal: 2.07 Ibs/gal (248 g/1) Thinner 76 : 32 oz/gal: 1.9 Ibs/gal (231 g/1) These are nominal values. Topcoats May be coated with Acrylics, Epoxies, Alkyds, or Polyurethanes depending on exposure and need. April 2020 0185 Page 1 of 5 Carbomastic° 15 caxbolineo PRODUCT DATA SHEET Conlings-Linings-Fireproofing SUBSTRATES & SURFACE PREPARATION Surfaces must be clean and dry. Employ adequate methods to remove dirt, dust, oil and all other General contaminants that could interfere with adhesion of the coating in accordance with SSPC-SP 1 and follow the guidelines below. Immersion: NACE No. 2/SSPC-SP 10 with a 2.0-3.0 mil (50-75 microns) surface profile. Non-Immersion: NACE No. 3/SSPC-SP 6 with a 2.0-3.0 mil (50-75 microns) surface profile for maximum protection. SSPC-SP 2, SSPC-SP 3, NACE No.4/SSPC-SP 7, NACE/SSPC WJ-1 to Steel WJ-4,or SSPC-SP 14 are also acceptable methods. For alternate methods contact Carboline Technical Service. When using under fireproofing products, defer to the primer surface preparation requirements in the product data sheet of the fireproofing product. For optimum performance clean and abrade in accordance with SSPC-SP 16. Galvanized Steel When using under fireproofing products, defer to the primer surface preparation requirements in the product data sheet of the fireproofing product. Previously Painted I Clean and lightly sand or abrade to roughen and degloss the surface. Existing coating must attain a Surfaces minimum 3A rating in accordance with ASTM D3359 adhesion test. PERFORMANCE DATA All test data was generated under laboratory conditions. Field testing results may vary. Test Method System Results ASTM 4060 Taber Abrasion 1 ct. CM15 130 mg loss; 1000 cycles using CS 17 wheel and 1000 gm load, ASTM B117 Salt Spray Rusted Steel 1 ct. CM 15 No blistering, rusting, or softening No rust creep from scribe ASTM D1735 Water Fog Rusted Steel 1 ct CM 15 No blistering or softening, No creep from scribe A) Conical-crack 0.38", ASTM D522 Flexibility Blasted steel 1 ct. CM 15 actual elongation 48.57% B) Cylindrical-no cracking observed A) Blasted Steel 1 ct. CM 15, Area Damaged ASTM G 14 Impact Resistance B) Rusted Steel 1 ct. CM 15 A) 1/4 inch (0.25") B) 1/4-9/16 inch (0.44") Test reports and additional data available upon written request. MIXING & THINNING Mixing I Power mix separately, then combine and power mix. DO NOT MIX PARTIAL KITS. May be thinned up to 32 oz/gal (25%)with Thinner 10 for normal conditions. For application to hot substrates up to 200 °F (93 °C) it is recommended to thin approximately 25% (32 oz/ Thinning gal)with Thinner 230. Thinner 72 may be used for hot or windy conditions. Use Thinner 76 for nonphotochemically reactive thinner or Thinner 236E for exempt thinner. Use of thinners other than those recommended and supplied by Carboline may adversely affect product performance and void product warranty,whether expressed or implied. Ratio 1 1:1 Ratio (A to B) April 2020 0185 Page 2 of 5 car bolineo Carbomastic° 1s Comings-Linings-Fireproofing PRODUCT DATA SHEET MIXING & THINNING 2 hours @ 75°F (24 °C) unthinned. Pot Life 1 hour @ 90°F (32 °C) unthinned Pot life ends when coating becomes too viscous to use APPLICATION EQUIPMENT GUIDELINES Listed below are general equipment guidelines for the application of this product.Job site conditions may require modifications to these guidelines to achieve the desired results. Spray Application I The following spray equipment has been found suitable and is available from manufacturers such (General) as Binks, DeVilbiss and Graco. Conventional Spray Pressure pot equipped with dual regulators, 3/8" I.D. minimum material hose, 0.086" I.D.fluid tip and appropriate air cap. Pump Ratio: 30:1 (min.)* GPM Output: 3.0(min.) Material Hose: 3/8" I.D. (min.) Airless Spray Tip Size: 0.019-0.025" Output PSI: 1900-2100 Filter Size:60 mesh *PTFE packings are recommended and available from the pump manufacturer. Plural Component May be applied by plural component spray equipment. Contact Carboline Technical Service for specific recommendations. Brush & Roller Multiple coats may be required to obtain desired appearance, recommended dry film thickness (General) and adequate hiding.Avoid excessive re-brushing or rerolling. Use clean natural bristle brush or medium nap phenolic core roller.Work coating into all irregularities. APPLICATION CONDITIONS Condition Material Surface Ambient Humidity Minimum 50°F (10°C) 50°F (10°C) 50°F(10°C) 0% Maximum 90°F (32°C) 200°F (93°C) 100°F (38°C) 95% This product simply requires the substrate temperature to be above the dew point. Condensation due to substrate temperatures below the dew point can cause flash rusting on prepared steel and interfere with proper adhesion to the substrate. Special application techniques and/or thinning may be required for application when conditions are above and below normal application conditions. April 2020 0185 Page 3 of 5 Carbomastic° 15 caxboline� PRODUCT DATA SHEET Coatings-Linings-Fireproofing CURING SCHEDULE Surface Temp. Final Cure Immersion Dry to Recoat or Topcoat 50°F (10°C) 15 Days 5 Days 60°F (16°C) 10 Days 3 Days 75°F (24°C) 5 Days 24 Hours 90°F (32°C) 3 Days 18 Hours For CM 15 Dry to Touch is 5 hours at 75 OF (24°C). Maximum re-coat/topcoat times are 30 days for epoxies and 90 days for polyurethanes at 75 OF (24°C). *These times are based on a 5.0-7.0 mil (125-175 micron) dry film thickness. Higher film thickness, insufficient ventilation or cooler temperatures will require longer cure times and could result in solvent entrapment and premature failure. Excessive humidity or condensation on the surface during curing can interfere with the cure, can cause discoloration and may result in a surface haze. Any haze or blush must be removed by water washing before recoating. Recoat intervals may vary from those listed above when using under intumescent fireproofing products. Consult Carboline Technical Service for recommended cure times before applying Carboline intumescent products. If the maximum recoat time is exceeded,the surface must be abraded by sweep blasting prior to the application of additional coats. Note: This product contains conductive pigments and cannot be holiday tested. CLEANUP & SAFETY Cleanup I Use Thinner 2 or Acetone. In case of spillage, absorb and dispose of in accordance with local applicable regulations. Read and follow all caution statements on this product data sheet and on the SDS for this product. Safety Employ normal workmanlike safety precautions. Use adequate ventilation. Keep container closed when not in use. When used as a tank lining or in enclosed areas,thorough air circulation must be used during and after application until the coating is cured.The ventilation system should be capable of preventing Ventilation the solvent vapor concentration from reaching the lower explosion limit for the solvents used. In addition to ensuring proper ventilation, appropriate respirators must be used by all application personnel. PACKAGING , HANDLING & STORAGE Part A& B: Min. 36 months at 75°F(24°C) Shelf Life *Shelf Life : (actual stated shelf life)when kept at recommended storage conditions and in original unopened containers. Storage Temperature& 145'- 110°F(7-43°C) Humidity 0-90% Relative Humidity Store Indoors. Storage This product is solvent based and not affected by excursions below these published storage temperatures, down to 10°F, for a duration of no more than 14 days. Always inspect the product prior to use to make sure it is smooth and homogeneous when properly mixed. Shipping Weight 2 Gallon Kit-25 Ibs (11 kg) (Approximate) 10 Gallon Kit- 124 Ibs(56 kg) Flash Point(Setaflash) Part A: >200°F (93°C) Part B: 76°F (24°C) April 2020 0185 Page 4 of 5 car �� Carbomastic0 15 bolineo Comings-Linings-Fireproofs»g PRODUCT DATA SHEET WARRANTY To the best of our knowledge the technical data contained herein is true and accurate on the date of publication and is subject to change without prior notice. User must contact Carboline Company to verify correctness before specifying or ordering. No guarantee of accuracy is given or implied.We guarantee our products to conform to Carboline quality control. We assume no responsibility for coverage, performance, injuries or damages resulting from use. Carbolines sole obligation, if any, is to replace or refund the purchase price of the Carboline product(s) proven to be defective, at Carbolines option. Carboline shall not be liable for any loss or damage. NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY CARBOLINE, EXPRESS OR IMPLIED, STATUTORY, BY OPERATION OF LAW, OR OTHERWISE, INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.All of the trademarks referenced above are the property of Carboline International Corporation unless otherwise indicated. April 2020 0185 Page 5 of 5 East 1 St Street Bridge Improvements Form 03.17 Site Speciffic Work Plan Steel Painting GC: Project Name: East 1st Street Bridge Improvements Project No. Job#776 Owner: City Of Ft Worth Contact: Brad Caldwell Phone No.: Fax: Address: City/State: Ft Worth Texas Supervisor/Competent Person: Clay Bennett Date: 12/15/2020 Crew Size: 3-4 Job Categories: Spot Cleaning And Overcoating Project Description All areas to be painted will receive a solvent cleaning SSPC SP-1. Next these areas will be hand tooled per SSPC SP-2. These areas will be primed with CM-15 from Carboline. . The final topcoat will be applied over primed areas to match existing forest green. We will spot paint 450 sf of rusted areas then overcoat all hand rail and northern beam only. Schedule: 3-4 weeks depending on weather. PART 1- PAINT REPAIR PLAN & COATINGS SPECIFIED (See at. QC Plan form 01.27) DESCRIBE REPAIR PLAN: Any areas that needs to be repaired will be cleaned per SSPC-SP11 to sound paint. The required coating will then be applied as per specs. Areas that may have runs, sags, or other surface in-conformities will be buffed with sanding pads & repainted with required paint. DESCRIBE COATINGS SYSTEM: System 1A alluminum mastic primer and acrylic finish coat. Page 1 of 8 Form 03.17 PART 2- EMERGENCY CONTINGENCY PLAN DESCRIBE EMERGENCY RESPONSE AT WORK SITE Supervisor personnel are trained in First Aid with Red Cross. Minor accidents will be treated at site, and then transported to medical facility if required. If major accident, emergency personnel will be called, 911. General Contractor awill be. Notified. PART 3-WORKER PROTECTION PLAN DESCRIBE ACTIVITIES EMITTING LEAD ON THIS WORKSITE: NONE NA ENGINEERING CONTROLS(List all equipment that will be used to achieve compliance for this worksite): Per 446 a modified containment using hepa shrouded tools and vaccuum to collect loose paint and rust. ALTERNATIVE TECHNOLOGIES CONSIDERED: None Page 2 of 8 Form 03.17 ADMINISTRATIVE CONTROL SCHEDULE (if applicable): NA PERSONAL PROTECTIVE EQUIPMENT REQUIRED FOR THIS WORK SITE: Respirator type by Job Category: half mask respirators Protective Clothing by Job Category: Gloves, disposable suits, blast coveralls, safety glasses, ear plugs. Disposal of Laundry Arrangements: Coveralls and Tyvek suits will be disposed of with other non hazzardous waste. HYGIENE FACILITIES Describe: Hand wash. HEPA vacuum for dust removal on personnel. Location: Outside regulated area. Decontamination Sequence: Beginning of Shift: NA Breaks/Lunch: NA End of Day: NA Page 3 of 8 Form 03.17 Wastewater Handling Arrangements: NONE Biological Monitoring: NA Worker Exposure Monitoring: Training: Respirator training, worker protection plan, environmental compliance and waste management program. PART 4- ENVIRONMENTAL COMPLIANCE PLAN (additional information on form 03.24) REGULATED AREA: Will the regulated area be invoked on this project? yes x no If yes, describe who,what, when, and why. Keep unauthorized people out of area. ACCEPTANCE CRITERIA NA VISIBLE EMISSION: Will visible emissions assessments be performed on this project? yes x no If yes, describe who, what, where,when and why. NA ACCEPTANCE CRITERIA NA Page 4 of 8 Form 03.17 Page 5 of 8 Form 03.17 AMBIENT AIR QUALITY: Will ambient air monitoring be performed on this project? X yes no If yes, describe who,what, where,when, and why. QC, to show painting conditions are met. ACCEPTANCE CRITERIA Per product DATA sheets. SOIL QUALITY: Will soil sampling be performed on this project? yes X no ACCEPTANCE CRITERIA NA WATER/SEDIMENT QUALITY ASSESSMENT: Will water sampling be performed on this project? yes X no Will sediment sampling be performed on this project? yes X no If yes, describe who,what when, where, and why. ACCEPTANCE CRITERIA NA Page 6 of 8 Form 03.17 ACCEPTANCE CRITERIA NA RELEASE REPORTING: Describe release reporting procedures used on this work site. If over 10 lbs. lead, call TXDOT and Natural Response Center(800-4245-8802), and local emergency personnel. PART 5-WASTE MANAGEMENT PLAN (see additional information on form 03.24) WASTE SAMPLING AND TESTING Will waste sampling and testing be required? yes x no If yes, by whom? Owner Contractor X If performed by contractor, describe method and procedures. NA COLLECTION, HANDLING AND STORAGE REQUIREMENTS Describe how the collection, handling, and storage requirements will be met for this work site. All Non Hazzardous waste will be collected and properly stored and then disposed. TRANSPORTATION AND DISPOSAL: Describe how transportation and disposal requirements will be met for this work site. If waste is classified as hazardous waste, it will be transported by licensed transport to licensed hazardous landfill facility. Page 7 of 8 Form 03.17 CLEARANCE TESTING: Will clearance testing be required for this work site? yes x no If yes, describe test method, frequency, location, etc. NA MISCELLANEOUS DETAILS OR SUBMITTALS: Paint submittals Steel: Carbomastic CM-15 followed by Carbocrylic 3359 Acrylic Finish Coat Signature: Signature: Email: allison.tidwell@fortworthtexas.gov Email: Vania.Soto@fortworthtexas.gov Page 8 of 8 Form 03.17 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 13, 2021 Fort Worth Civil Constructors, LLC 4860 Mark IV Parkway Fort Worth,Texas 76106 RE: Acceptance Letter Project Name: East 15t Street Bridge Improvements Project Type: Bridge and Trail Improvments for Pedestrian Use City Project No.: 100575 To Whom It May Concern: On July 1, 2021 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on August 27, 2021. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on August 27, 2021, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-5734. Sincerely, 10 Carlos Gonzalez, Project Manager Cc: Ryan Miller, Inspector Ron Cordova, Inspection Supervisor Gary Deyon, Senior Inspector Joel McElhany, Program Manager Jacobs Engineering Group INC, Consultant Fort Worth Civil Constructors, LLC, Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Before and After Photos Rev.8/20/19 CONSENT OF OwNIiR SURETY COMPANY ARC]TrrECr TO FINAL PAYMENT CONTRACTOR SURETY AIA DOCUMENT G707 OTHER Bond No. Silt 00-58812 PROJECT: E:tst 1st Street Bridge Improvements, CI'N: 100575, Fort Worth, '1'X (name,address) TO(Owner) ( City of Fort Worth ] ARCHITECTS PROJECT NO: 200 Texas Street Fort Worth,TX 76102 CONTRACT FOR: ( ] CONTRACT DATE: 6/23/2020 CONTRACTOR: Fort Worth Civil Constructors,LLC P.O. Box 161727 Fort Worth,TX 76161 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety Company) Argonaut Insurance Company P.O. Box 469011 San Antonio,TX 78246 , SURETY COMPANY, on bond of(here insert name and address of Contractor) Fort Worth Civil Constructors, LLC P.O. Box 161727 Fort Worth,TX 76161 , CONTRACTOR, hereby approves of the final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to(here insert name and address ot`Owncr) City of Fort Worth 200 Texas Street Fort Worth,TX 76102 ,OWNER, as set Forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 14th day of September 2Q21 Argonaut Insurance Company Surety Company L) Sid tore t�FAuthorized Representative Attest: (Seal): ) Andrea Rose Crawford Attorney-In-Fact title NO`I'l:: 'This form is to be used as a companion doaiment to AIA DOC'UMHNI G706,CONTRACTOR'S AFFIUAVIf OF i'AYN%'NT OI'DIAIT5 AND CLAIMS, Current Edition ATA DOCUMl N'r G707 CONSENT OF SURETY COMPANY TO FINAL PAYMI?Nl' APRIL 1970 EDITION AIA ONE PAGI: 1970 'Flit'-AMERICAN INS-rrTUTF.01;ARCI II T EC'1 S, 1735 New York Ave„NW,WASI IINGTON,U.C. 20006 Argonaut Insurance Company P.O. Box 469011 San Antonio, TX 78246 CHANGE RIDER. To be attached to and form a part of: Type of Bond: Maintenance Bond No: SUR0058813 Pi inc.ipaL Fort Worth Civil Constructors, LLC Surety: Argonaut Insurance Company In favor of Obligee: City of Fort Worth Dated: 09/14/2021 In consideration of the premium charged for the attached bond, it is hereby agr:;cd to change the following: Description:The Bond Amount is Increased From: $836,554.59 To: $899,708.88 The attached bond shall be subject to all its ac'reements, limitations and conditions except as herein cxpresslymodificd. The rider is effective: 09/14/2021 By _ d A1�r11.� ^r� JIV Name: Andrea Rose Crawford Titic: Attorney-in-Fact AFFIDAVIT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared Austin Alumbaugh known to me to be a credible person of lawful age, who. after being duly sworn deposes and says: I am the President of Fort Worth Civil Constructors, LLC (Title) (Company) which said company entered into a contract with City of Fort worlh, Texas on the 14th day of September , A.D. 20 21 to construct East 1st Street Bridge Improvements, Project Number 100575 in the City of Fort Worth, Texas I do hereby under oath swear and affirm that all bills for labor. material, utilities, insurance, and all other accounts in connection with the above construction project have been paid and satisfied. I do further acknowledge that upon the receipt of $44,985,44 Forty four thousand nine hundred eighty five dollars and forty four cents Dollars, such will constitute full and final payment of all sums due or becoming due to Fort Worth Civil Constructors, LLC pursuant to the above referenced agreement, Final Contract Price $$899,708.88 1 SUBSCRIBED AND SWORN to this the ay of 'l;,r', A.D. 21Jn11. MAND1 EVEN Notary Public, stale of To s m.Expires a8 2Lt-2f a CrJm Notary ID 1243171 0- •Public in and for Tarrant County,Texas EAST 1St BRIDGE IMPROVEMENTS BEFORE & AFTER - ?v Before—East 15Y Bridge Improvements— Bridge—CD 4 d & 11 4 Y. fir.! After—East 15Y Bridge Improvements— Bridge—CD 4 EAST 1St BRIDGE IMPROVEMENTS BEFORE & AFTER Al t Before—East 15Y Bridge Improvements— East View of Bridge—CD 4 Ask pop- After—East 15Y Bridge Improvements— East View of Bridge—CD 4 EAST 1St BRIDGE IMPROVEMENTS BEFORE & AFTER r, r e" 4r d - l c .. ._Am Before—East 15Y Bridge Improvements— East Road—CD 4 _ r o 11 ,- _' �t•1"� '"mow- ry aW V po After—East 15Y Bridge Improvements— East Road—CD 4