HomeMy WebLinkAboutContract 39474-UT1IS COPY FOR:
ONTRACTOR
SPECIFICATIONS AND CONTRACT DOCUMENTS CONTRACTOR'S BONDING
CITY SECRETARY
__ CITY MANAGER'S OFFICE
BRIDGE REPAIR AT THREE LOCATION .... S -ENGINEERINGOIV.
__ T/PW. FILE COPY
(2009-18)
PROJECT NO. C293-541200-209260131883
IN THE CITY OF FORT WORTH, TEXAS
MIKE MONCRIEF
MAYOR
APRIL 2009 QITY S~CRETARY :n
vONTnACT NO. 31L/
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E.
DIRECTOR OF TRANSPORTATION
AND PUBLIC WORKS DEPARTMENT
GEORGE BEHMANESH, P.E.
ASSISTANT DIRECTOR OF TRANSPORTATION
AND PUBLIC WORKS DEPARTMENT
OFFI I L RECO \
FT. 0 TH, TX
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 8/25/2009 -Ord. No. 18773-08-2009
DATE: Tuesday, August 25 , 2009 REFERENCE NO.: C-23745
LOG NAME: 20BR1DGE REPAIR 2009-18
SUEtJECT:
Authorize a Contract with Restek , Inc., in the Amount of $252,621 .00 for Bridge Repair and Repainting at
Three Locations and Adopt Appropriation Ordinance
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to :
1. Authorize the transfer of $252,621 .00 from the Contract Street Maintenance Fund to the General Fund;
2 . Adopt the attached supplemental appropriation ordinance increasing estimated receipts and
appropriations by $252,621 .00 in the General Fund from available funds; and
3. Execute a contract with Restek, Inc., in the amount of $252,621 .00 for 90 calendar days for bridge
repair and repainting at three locations listed below.
DISCUSSION:
Mayor and Council Communication (M&C) G-16387 transferred funds from the General Fund to the ·
Contract Street Maintenance Fund for the purpose of tracking annual capital contracts . Since this bridge
repair contract is strictly a maintenance project, funds are being transferred back to the General Fund .
This project consists of a variety of repairs to the bridges listed below including repairs to the bridge
decks, damaged rails, sealing the decks using a special epoxy broadcast overlay , cleaning/sealing the
deck joints and repainting of the steel superstructures.
The following bridges are included in the project:
BRIDGE
West Berry Street
East Allen Avenue
Felix Street
Q_Vl;R
Burlington Northern Santa Fe Railroad
Burlington Northern Santa Fe Railroad
Burlington Northern Santa Fe Railroad
The City reserves the right to increase or decrease quantities of individual pay items within the contract,
provided that the total contract amount remains within plus or minus 25 percent of the contract award .
The project was advertised on April 9, 2009, and April 16 , 2009, in the Fort Worth_ Star-Telegram . On May
14 , 2009 , the following bids were received :
BIDDERS
Restek , Inc .
AMOUNT
$252 ,621 .00
Gibson and Associates, Inc.
Silver Creek Construction, Inc .
SCR Construction Company, Inc.
Vendigm Construction, LLC
Brazos Restoration and Waterproofing, Inc .
$276 ,225 .00
$295,482.20
$309,247 .40
$322,917.44
$381,488 .60
Restek, Inc ., is in compliance with the City's M/WBE Ordinance by committing to 16 percent M/WBE
participation . The City 's goal on this project is 16 percent.
This project is located in COUNCIL DISTRICT 9.
F1SCAL1N.f0RMATION / CERTIFICA Tl.0..N:
The Financial Management Services Director certifies that upon approval of the above recommendations
and adoption of the attached supplemental appropriation ordinance, funds will be available in the current
operating budget , as appropriated. of the General Fund .
FUND CENTERS:
TO Fund/Account/Centers
1&2) GG01 472293 0202003
2) GG01 539120 0202003
FROM Fund/Account/Centers
$252,621 .00 1) C293 538070 201269990100
$252.621 .00 3) GG01 539120 0202003
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
AUACHMENTS
1. 20BRIDGE REPAIR 2009-18 AO .doc (Public)
2 . Account ing lnfo .pdf (CFW Internal)
3. accountverification .pJ:U (CFW Internal)
4 . MAP 290~-.18 E_All~rJ .pdJ (Public)
5. MAP 2009-18 Felix St.pdf (Public)
6 . MAP 2009-18 W Berry .pdf (Public)
7. MWBE Bridge 2009-18 01 .pdf (CFW Internal)
Fernando Costa (84 76)
William Verkest (8255)
. George Behmanesh (7914)
$252,621 .00
$252,621 .00
-
SPECIFICATIONS AND CONTRACT DOCUMENTS
BRIDGE REPAIR AT THREE LOCATIONS (2009-18)
PROJECT NO. C293-541200-209260131883
IN THE CITY OF FORT WORTH, TEXAS
2009
ASSISTANT DIRECTOR , DEPARTMENT OF TRANSPORTATION &
PUBLIC WORKS
DATE
TABLE OF CONTENTS
INDEX:
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 . Experience Record and Equipment Schedule
12. Performance Bond
13 . Payment Bond
14. Maintenance Bond
15 . Contract
APPENDICES:
Appendix A: Summary of Quantities
Appendix B : Project Location Maps
Appendix C: Project Designation Sign Detail
NOTICE TO BIDDERS
Sealed proposals for the following :
BRIDGE REPAIR AT THREE LOCATIONS (2009-18)
PROJECT NO. C293-541200-209260131883
Submit package to City of Fort Worth , Purchasing Division, 1000 Throckmorton St., Fort Worth , Texas
76102-6311 until 1:30 P.M., May 14, 2009 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 th i rty dollars ($30 .00) per set at the Office of the Transportation and Public Works , 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 10 :00 A.M ., April 23 , 2009 in 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-responsive . Information regarding
the status of addenda may be obtained by contacting the Department of Transportation and Public
Works (TPW) at (817) 392-2486 .
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 TPW 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 TPW 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 .
For additional information, contact Tariqul Islam at (817) 392-2486 .
DALE A . FISSELER , P.E.
CITY MANAGER
Advertising Dates: APRIL 9, 2009
APRIL 16, 2009
1 - 1
WILLIAM A . VERKEST , P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
1.
2.
3.
SPECIAL INSTRUCTIONS TO BIDDERS
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 (I) 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 .
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 proposals, or to
proceed with the work in any manner as maybe considered for the best interest of the
Owner.
The quantities of work and materials to be furnished as may be listed in the proposal
forms or other parts of the Contract Documents will be considered as approximate only
and will be used for the purpose of comparing bids on a uniform basis. Payment will be
made to the Contractor for only the actual quantities of work performed or materials
furnished in strict accordance with the Contract Documents and Plans. The quantities of
work to be performed and materials to be furnished may be increased or decreased as
hereinafter provided, without in any way invalidating the unit prices bid or any other
requirements of the Contract Documents .
ADDENDA: Bidders are responsible for obtaining all addenda to the Contract
Documents prior to the bid receipt. Information regarding the status of addenda may be
obtained by contacting the Transportation and Public Works Department at (817) 392-
2486. Bids that do not acknowledge all applicable addenda will be rejected as non-
responsive.
SPECIAL INSTRUCTIONS TO BIDDERS
- I -
4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest
responsive bidder. The City reserves the right to reject any or all bids and waive any or
all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City
business days from the date that the M/WBE UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
("Documentation") is received by the City.
5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder
entering into a contract for the work will be required to give the City surety in a sum
equal to the amount of the contract awarded . The successful bidder shall be required to
furnish bonding as applicable in a sum equal to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has been completed and accepted by the City.
B. If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans, specifications, and contract documents.
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Two-year Maintenance Bond is required for all projects to insure the prompt,
full and faithful performance of the general guarantee as set forth in Paragraph 7
of the Special Provisions.
,To be an acceptable surety on the performance, payment and maintenance bonds, the
surety must be authorized to do business in the state of Texas and meet all requirements
of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a
certificate of authority from the Untied States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City, in its sole discretion , will determine the
adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City . Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City
SPECIAL INSTRUCTIONS TO BIDDERS
- 2 -
6.
7.
8
9.
10.
LIQUID A TED 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.
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 l 3A-29 of the Code of
the City of Fort Worth (1986), as amended, prohibiting discrimination in employment
practices.
WAGE RA TES: All bidders will be required to comply with prov1s10n 5159a of
"Vemons Annotated Civil Statutes" of the State of Texas with respect to the payment of
prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in
Contract Documents for this project.
FINANCIAL ST A TEMENT: A current certified financial statement may be required by
the Director of the Transportation and Public Works for use by the CITY OF FORT
WORTH in determining the successful bidder. This statement, if required , is to be
prepared by an independent Public Accountant holding a valid permit issued by an
appropriate State Licensing Agency.
INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor
must provide, along with executed contract documents and appropriate bonds, proof of
insurance for Workers Compensation (statutory); Comprehensive General Liability
($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance
($1,000,000 each accident on a combined single basis or $250,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned, hired, and non-
owned). Additional lines of coverage may be requested. If such a request is made after
bid opening, Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements, see Special
Instructions to Bidders -Item 16 .
ADDITIONAL INSURANCE REQUIREMENTS:
A. The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
B. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
C. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein.
SPECIAL INSTRUCTIONS TO BIDDERS
- 3 -
D. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
E. Insurers must be authorized to do business in the State of Texas and have a
current A.M . Best rating of A: VII or equivalent measure of financial strength and
solvency.
F. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000 .00 per occurrence unless otherwise approved by the City.
G. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
H. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
recovery in favor of the City.
I. City shall not be responsible for the direct payment of insurance premium costs
for contractor's insurance.
J . Contractor's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
K. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property
loss.
L. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
M. Upon the request of City, Contractor shall provide complete copies of all
insurance policies required by these contract documents.
11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art . 2252.002, the
City of Fort Worth will not award this contract to a non-resident bidder unless the non-
resident's bid is lower than the lowest bid submitted by a responsible Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a
non-resident bidder to obtain a comparable contract in the state in which the non-
resident's principal place of business is located .
"Non-resident bidder" means a bidder whose principal place of business is not in
this state, but excludes a contractor whose ultimate parent company of majority
owner has its principal place of business in this state .
SPECIAL INSTRUCTIONS TO BIDDERS
-4.
"Texas resident bidder" means a bidder whose principal place of business is in this
state, and includes a contractor whose ultimate parent company or majority owner
has its principal place of business in this state.
This provision does not apply if the project is funded in whole or in part with federal
funds.
The appropriate blanks of the Proposal must be filled out by all non-resident bidders in
order for its bid to meet specifications. The failure of a non-resident contractor to do so
will automatically disqualify that bidder.
12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort
Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort
Worth has goals for the participation of minority business enterprises and women
business enterprises in City contracts. You may obtain a copy of the Ordinance from the
Office of the City Secretary.
The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort
Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business
days after the bid opening date, exclusive of the bid opening date. The bidder shall
submit the documentation at the reception area of the Transportation and Public Works
Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt.
Failure to comply shall render your bid non-responsive.
Upon contract execution between the City of Fort Worth and the successful bidder, now
known as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters of Intent or executed agreements with the
M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed
agreements shall include the following information:
1. Name of Contract
2. Name ofM/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor comply with the M/WBE
Ordinance by complying with the following procedures:
• A M/WBE Participation Report Form must be submitted monthly until the contract is
completed. The first report will be due 30 days after commencement of work. The
monthly report MUST have an original signature to ensure accountability for audit
purposes.
• Reports are to be submitted monthly to the M/WBE Office, regardless of whether or
SPECIAL INSTRUCTIONS TO BIDDERS
- 5 -
not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a
particular month, place a "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. If the change affects the committed M/WBE participation goal , state clearly how
and why in documentation.
a. All requests for changes must be reviewed and pre-approved by the M/WBE
Office.
b. If the Contractor makes change(s) prior to approval, the change will not be
considered when performing a post compliance review on this project.
• Upon the Contractor's successful completion of this project, and within ten days after
receipt of final payment from the City of Fort Worth, The Contractor will provide the
M/WBE Office with a Final Participation Report Form to reflect the total
participation from ALL subcontractors/suppliers utilized on the project.
• All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional
information regarding compliance to the M/WBE Ordinance, call (817) 871-6104.
Upon request, Contractor agrees to provide to Owner Complete and accurate information
regarding actual work performed by a Minority/Women Business Enterprise (M /WBE)
on the contract and payment therefore. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an M/WBE. The misrepresentation of facts ( other than a
negligent misrepresentation) and /or the commission of fraud by the Contractor will be
SPECIAL INSTRUCTIONS TO BIDDERS
- 6 -
13.
14.
grounds for termination of the contract and/or initiating action under appropriate federal ,
state or local laws or ordinances relating to false statements; further, any such
misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
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.
PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND
WARRANTY:
a. The contractor will receive full payment (less 5% retainage) from the city for each pay
period .
b. Payment of the retainage will be included with the final payment after acceptance of the
project as being complete.
c . The project shall be deemed complete and accepted b y the City as of the date the final
punch list has been completed, as evidenced by a written statement signed by the
contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been
completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment
becoming due and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been deliv ered to the
city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city
shall make a progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the
parties shall attempt to resolve the differences within 30 calendar days.
15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, w ithin the
Metroplex area, runs from May 1, through October 31 , with 6 :00 a .m. -10:00 a.m. being
critical because emissions from this time period have enough time to bake in the hot
atmosphere that leads to early afternoon ozone formation.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the AIR POLLUTION WATCH b y 3:00 p.m. on the
afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS ,
the Contractor shall bear the responsibility of being aware that such day s have been
designated AIR POLLUTION WATCH DAYS and as such shall not begin work until
SP ECIAL INSTR UCTIONS TO BIDDERS
- 7 -
10:00 a.m. whenever construction phasing requires the use of motorized equipment for
periods in excess of 1 hour.
However, the Contractor may begin work prior to 10 :00 a.m. if use of motorized
equipment is less than I-hour. or if equipment is new and certified by EPA as "Low
Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions. or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH
DAY, that day will be considered as a weather day and added onto the allowable weather
days of a given month.
16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows:
A. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81 , TWCC-82, TWCC-83 , or TWCC -84), showing statutory
workers' compensation insurance coverage for the person's or entity employees
providing services on a project, for the duration of the project.
Duration of the project -includes the time from the beginning of the work on the
project until the contractor's/person 's work on the project has been completed and
accepted by the governmental entity .
Persons providing services on the project ("subcontractor" in. 406.096) -includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person has employees. This
includes, without limitation , independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators , employees of any such entity , or
employees of any entity which furnishes persons to provide services on the project.
"Services" include , without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors , office supply deliveries , and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all emplo yees
of the contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must , prior to the end of the
SPECIAL INSTRUCTIONS TO BIDDERS
- 8 -
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the City:
(1) a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
E. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011 ( 44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person or entity with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person or entity beginning work
on the project; and
SPECIAL INSTRUCTIONS TO BIDDERS
. 9.
(b) a new certificate of coverage showing extension of coverage, prior to the end
of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter.
(6) notify the governmental entity in writing by certified mail or personal delivery,
within ten days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) -(7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation. Providing
false of misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the City to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
City.
"The contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify current coverage and report failure to provide coverage. This
notice does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Texas Workers' Compensation commission rules . This
notice must be printed with a title in at least 30 point bold type and text in at least 19
point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction project must be covered by workers' compensation insurance .
This includes persons providing, hauling, or delivering equipment or materials , or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee."
SPECIAL INSTRUCTIONS TO BIDDERS
-10 -
"Call the Texas Workers ' Compensation Commission at (512) 440-3789 to receive
information on the legal requirement for coverage, to verify whether your employer
has provided the required coverage, or to report an employer's failure to provide
coverage."
17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive
Branch of the federal government, contractor covenants that neither it nor any officers,
members , agents or employees who engage in the performance of this contract shall, in
connection with such employment, advancement or discharge of employees or in
connection with the terms, conditions or privileges of their employment, discriminate
against any person because of their age except on the basis of a bona fide occupational
qualification , retirement plan or statutory requirement.
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 defend, indemnify and hold City harmless
against any and all claims or allegations filed by third parties against City arising out of
Contractor's alleged failure to comply with the ADA in the performance of this contract.
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-11 -
SCOPE OF WORK
The primary objective of this project is to rehabilitate and seal the concrete deck and to provide a
protective surface topping using multi-layer epoxy concrete overlay at multiple bridge locations
included in this project. Related works include in this project are repairing , cleaning and sealing
existing deck joints and relatively wide cracks on decks . For estimate of quantities and locations for
each bridge see Appendix A &B .
1. W Berry Street over BNSF Railroad
This is 85 ' wide (including sidewalks) and 41 O' long concrete box beam bridge built
in 1983 . The bridge has 3 lanes in each direction of traffic .
The concrete decks of this bridge needs shallow and medium depth repair. The
cracks on deck need to be cleaned and sealed with epoxy. After necessary
repairing of concrete , the decks have to be overlaid with multi-layer epoxy concrete
topping . The deck joints have to be cleaned and resealing with silicon sealant.
2. E. Allen Avenue over BNSF Railroad
This is 60' wide (including sidewalks) and 876 ' long pre-stressed concrete girder
bridge built in 197 4 . There are 2 lanes in each direction of traffic.
The concrete deck of this bridge needs shallow and medium depth repair.
3. Felix Street over Union Pacific Railroad
This is a 60 ' wide (including sidewalks) and 404' long continuous steel I beam
girder bridge built in 1957. The bridge has 2 lanes in each direction of traffic .
The concrete deck of this bridge needs shallow and medium depth repair. After
necessary repairing of concrete , the deck has to be overlaid with multi-layer epoxy
concrete topping . The deck joints have to be cleaned and resealing with silicon
sealant. The existing asphalt overlay on deck is to be removed which is subsidiary
to epoxy concrete ovetlay item .
3-1
REA VY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RA TES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asehalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
$10 .06
$13 .99
$12 .78
$11.01
$ 8.80
$14 .15
$ 9.88
$13 .22
$12 .80
$12 .85
$13.27
$12 .00
$13 .63
$12 .50
$13.56
$14 .50
$10 .6 1
Crane, Clamshell, Backhoe Derrick, Dragline, Shovel Operator $14.12
Electrician $18 .12
Fla11:11:er $ 8.43
Form Builder/Setter, Structures $ I 1.63
Form Setter, Paving & Curb $] 1.83
Foundation Drill Ooorator, Crawler Mounted $13 .67
Foundation Drill Operator, Truck Mounted $16 .30
Front End Loader Operator $12.62
La b orer, Common $ 9 .18
La borer, Utility $10.65
Mechanic $16 .97
Milling Machine Operator, Fine Grade $11.83
Mixer Operator $11.58
Motor Grader Operator, Fine Grade $)5 .20
Motor Grader Operator, Rough $14.50
Oiler $14 .98
Painter, Structures $13. 17
Pavement Marking Machine Operator $10 .04
Pipe layer $11.04
Reinforcing Steel Setter, Paving $14 .86
Reinforcing Steel Setter, Structure $16 .2 9
Roller Operator, Pneumatic, Self-Propelled $11.07
Roller Operator, Steel Wheel, Flat Wheel/famping $10.92
Roller Operator, Steel Wheel, Plant Mix Pavement $ I 1.28
Scraper Operator $11.42
Servicer $12.32
Slip Form Machine Operator $12.33
Spreader Box Operator $10.92
Tractor Operator , Crawler Type $12 .60
Tractor Operator, Pneumatic $12.91 ----·---------Traveling Mixer Operator $1 2.03
Truck Dri ver Lowboy-Float $14.93
Truck Driver Single Axle , Heavy $11.47
Truck Driver , Single Axle Light $10 .91
Truck Driver , Tandem Axle , Semi-Trailer $1175
Truck Driver, Transit-Mix $1 2.08
Wagon Drill, Boring Machine , Post Hole Driller Operator $14 .00
Welder $13 .57
Work Zone Barricade Serv ice r $10 .09 ··--"----·--·
TO:
For:
PART B -PROPOSAL
BRIDGE REPAIR AT THREE LOCATIONS (2009-18)
DALE A. FISSELER , P.E.
CITY MANAGER
FORT WORTH, TEXAS
FROM: (Bidder's Name)
~e 5-fe ~ ;:lid e-.
}6} {, 'h-t.,o'o~v}C {_l)6pJ 'Sfd
~ (Address) /
BRIDGE REPAIR AT THREE LOCATIONS (~-18J 01 > 17" "'J-'fs{.p} ()
T/PW Project No. C293-541200-209260131883
Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the
plans, specifications, and the site, understands the amount of work to be done and hereby
proposes to do all the work and furnish all labor, equipment, and materials necessary to fully
complete the work as provided in the Plans and Specifications , and subject to the inspection
and approval of the Director, Transportation and Public Works of the City of Fort Worth.
Upon acceptance of this proposal, 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 the said work within the time stated and for the following sums to-wit:
Pay
Item
No.
1.
2 .
BRIDGE REPAIR AT THREE LOCATIONS (2009-18)
Spec Approximate Description of Bid Item & Unit
Item Quantity Unit Item Prices Price
No. Per/Unit Written in Words
SP 867 SF Concrete Bridge Deck
Repair Class I (B) (Shallow)
_______ Dollars &
_!3_';,f......._~ ..... O~--Cents per SF
Total
Price
SP 720 SF Concrete Bridge Deck
Repair Class II (B) (Mid-
Depth)
$2$ .. 00 $ 18 .000. oo
'
~ e. .... lr-£. >J e
-----~-Dollars &
-~,,,._...{ ..... ,/_..,D _____ Cents per SF
PROP 07-0491-(2) B -I
-
Pay Spec
Item Item
No. No.
3. SP
4. SP
5. SP
6. 524
BRIDGE REPAIR AT THREE LOCATIONS {2009-18}
Approximate
Quantity
Per/Unit
1,520
4,000
48,104
2
Description of Bid Item &
Unit Item Prices
Written in Words
LF Cleaning and Sealing Deck
Joints (Class 7 Sealant)
+1 ·J!.e eV'.
Dollars &
Zevo Cents per LF
SF Crack Repair for Bridge
Deck (W Berry St)
---=o '----'-/,'\~~---Dollars &
-~£~'-r tJ~'_..{ __ Cents per SF I
SF Multi-Layer Epoxy Concrete
Overlay (2-1/8" Layers)
__ t ........... O~LA .... V'--__ Dollars &
__ C""""-',e..-'r~CJ --Cents per SF
EA Project Designation Signs
(Pre-bid Item)
Two hundred Dollars &
No Cents per EA
Unit Total
Price Price
$16.oo $ 22 )e(X) .. oo
$ l. ?0 $ t;,. Ot'XJ. o o •
$ lJ ,,00 $ J '/2.'-/lltJ ,. DC
;
$ 200.00 $ 400 .00
Total Bid Section: $ Z'J'Z. (pZ/., 00 r
PROP 07-0491-(2) B -2
PART B -PROPOSAL (Continued)
Within ten (10) days after notification by the City, the undersigned will execute the formal
contract and will deliver an approved Survey Bond and such other bonds as required by the
Contract Documents , for the faithful performance of the Contract. The attached bid security in
the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the
contract and bond or bonds are not executed and delivered within the time above set forth, as
liquidated damages for the delay and additional work caused thereby.
The undersigned bidder certified that he has been furnished at least one set of the General
Contract Documents and General Specifications for Water Department Project dated January 1,
1978, and that he has read and thoroughly understands all the requirements and conditions of
those General Documents and the specific Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any
labor organization, subcontractors, or employment agency in either furnishing or referring
employee applicants to the undersigned are not discriminated against as prohibited by terms of
City Ordinance No. 7278 as amended by City Ordinance No. 7 400.
The Bidder agrees to begin construction within _1Q_ calendar days after issue of the work order,
and to complete construction within 90 calendar days as set forth in the written work
order to be furnished by the Owner.
Receipt is acknowledged of the following addenda :
Addendum No. 1
Addendum No. 2
Addendum No . 3
(Seal) If Bidder Corporation
Respectfully submitted,
By: ,.....,..c-t------,":.,,...._---------.
'1f J?-.e7 1 i> 1<>? { 12, a c b v-
Address / 0 / r, -_.,vYd ., ?t, .. ): loof, 5 fe -~
73 <Al II\ /¥ ·7-g ~ /()
PROP 07-0491 -(2 ) B -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 O ~ f li.hl!Jw,.b\(give State), our principal place
of business , are not required to underbi res1dent bidders.
B. Our principal place of business or corporate offices are in the State of Texas . D
BIDDER:
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
6 -1
·1
•J
I .
••
I '
I
t
FORT WORTH
~ City of Fort Worth
Subcontractors/Suppliers Utilization Form
M/W/DBE
BRIDGE REPAIR AT THREE LOCATIONS (2009-18)
ATTACHMENT 1A
C V DPage 1 of 4
describe prime
BID DATE
14, May 2009
City's M/WBE Project Goal :
16%
Prime's M/WBE Project Utilizati on : PROJECT NUMBER
C293-541200-209260131883
%
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 Manag in g
Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date ,
will result in the bid being considered non-responsive to bid specifications .
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule , cond iti oned upon execution of a cont ract 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
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 geographic area of Tarrant ,
Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties .
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nct tier
All M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid open in g with in the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Bus iness Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit 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 agreement.
7 -1 Rev. 5/30/03
. t
-IRTWORTH
~ ~>2')-'.:;0f ,.3 :45
AlTACHMENT 1A
Page 2 of 4
ts:-::vo
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 sheets if necessary.
Certification
(check one)
JBCONTRACTOR/SUPPLIER T f--~~~~
N T Company Name i
Address e M
Telephone/Fax r B
..., I , ·~}-R,ck] ,ro~ 1AC.}-,
·7;t;/ ,S , "H"'tGi1
Yi ·J cl,,tr, o tC ~re,o
ttie,~-n -1,;,31-
-G,~}cwr-.1vt-({: t lc~.,j
'ltW -J~f5111-, ';-~
' :.,)r-iJt:v}~:fi 1-u, Jo
i ~ 11-,. l\ i"i , '1 (;}1)'/
,tiU,,1; Mt
rtA-Nl TCJOL
~to tAcieA,,Jt"v 1),,,
~,,~~;JJo .... ,1}< 1rro::r-
')Lf-'3~i ,. z,;t,?
,. ' ,, 11, ?.,
E
w C X
B T D
E R 0
C T
A
N
0
n
M
w
B
E
Detail
Subcontracting Work
··~~We
Col-tvo l
Detail
Supplies Purchased
~Je,.55 7
5ec.lJ!,"' J-
Dollar Amount
:~
~ ,._ ·~ ......_
t
~ORT WORTH --..,.---v5 -.2J -O 9P03: 46
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, rega rdless of status ; i.e ., Minority , Women and non-M/WBEs .
Please list M/WBE firms first , use additional sheets if necessary .
Certification N
(check one) 0
3UBCONTRACTOR/SUPPLIER T n
Company Name N T Detail
C X M Subcontracting Work Address e M w T D Telephone/Fax r B B 0 B R E E C T E
Detail
Supplies Purchased Dollar Amount
A
1J£A1· n;/, ~c
~2liZS IITN7 Ill/ j ' q,l OB A}'-/
7?.oa~ok t) ~;< ~uz
t1 i1 -tpr J -3~tJ3
-z .1
Ne),() M :r~J ,,dJ r, h J
{pJ ZI Me ) rt>Sf [._,,,_
. }1 vi h~ • .,.t, t f;, cJ K 13
l/66 -t/CIJq -.,,1111-
·1 ·-tJtq
r
1q,oco. oo
7-3 Rev. 5/3 0/03
'Fo~rWoRTH C5 -2J -09P03:4 7 RC\J
ATIACHMENT 1A
Page 4 of 4
~
I I
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ ,l~gq#.1-0
i I
'T Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 119; (}j./ft,~ / l}
·I
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
'i' I l t5 , '? -,5 .. 6 '1
fhe Contractor will not make additions , deletions , or substitutions t o this certified list without the prior approval
of the Minority and Women Business Ente rprise 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
·ontract and may result in debarment in acco rd with the procedures outlined in the ordinance . The contractor
hall submit a detailed explanation of how the requested change/add ition or deletion w ill affect the comm itted
M/WBE goal. If the deta il explanat ion is not su bmitted , it will affect the final compl iance dete rmination .
By affixing a signature to this form , the Offe rer further agrees to provide , directly to the C ity upon request,
:omplete and accurate information regard i ng actual work perfo r med by all subcont ract ors , i ncluding
/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books , records and f iles held by their company . The bidder agrees to allow the
· ·ans.m1ss1on of interviews with own e rs , principals , officers , employees and appl icable
ubcontractors/suppliers/contractors participat ing on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any
;1tentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
om City work for a period of not less than three (3) years and for initiating act ion under Federal , State or
ocal laws concerning false statements. Any failure to comply with this ordinance and create a material
hreach of contract may result in a determination of an irresponsible Offerer and barred from participating in
ity work for a period of time not less than one (1) year.
Contact Name/Title (if different)
(<fti) zqJ~~oz C212}z0t/-C?313
-u pany Name Telephone and/or Fax
,e I c, 'IV\thr ("QV\~V t toov 5)t.Erf;~~J,,1/c.f2 resf-et,nc -);< #
ress /J E-mail Address
co,.,._,
]p,Jci 1--rx ;p:?;o r/1r1.~11 q 1 m()CJ
Sta e/Zip Date /
7 -4 Rev . 5/3 0/03
.... ., -
J5 -20-J~Po]:4 4 RC D ATTACHMENT 1C
Page 1 of 3
FORT WORTH
----, s • a vr-"
PROJE T NAME:
City of Fort Worth
Good Faith Effort Form
BRIDGE REPAIR AT 3 (THREE) LOCATIONS (2009-18)
City's M/WBE Project Goal:
16%
PROJECT NUMBER
C293-541200-209260131883
Check applicable block to describe
M/W/DBE NON-M/W/DBE
BID DATE
MAY 14 , 2009
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this form .
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting 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.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2nd tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev . 05/30/03
AITACHMENT1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WB~ffice. , l
v . K.ec e I v ecA. c::: )
-A-Yes . Date of Listing _v_f_~-
__ No 1-'y }ec..Sl-see
3.) Did you solicit bids from M/WBE firms, within the subcon rac mg an or supplier areas previous
listed, at least ten calendar days prior to bid opening br exclusive of the day the bids are
opened? . f?tt-:,(= ( l-o S *~( L.eJ ) ::j;__ Yes (If yes, attach M/WBE mail listing to include name of firm and address and :lated copy of letter mailed.)
__ No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
$ Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
~ans and specifications in order to assist the M/WBEs?
-~~s ~f:'~~~J/t"r-c ,'le d rll/~"E f" J.e}fev A-JJ-et eiJ,
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and
inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessa , and attach.
hone Contact Person Scope of Work
Rev . 05/30/03
L
ADDITIONAL INFORMATION: 05 -20-_9po3:44 RCvD
ATTACHMENT 1 C
Page 3 of 3
Please provide additional information you f eel will further explain your good and honest efforts to obtain
M/WBE participation on this project . ~~ / 'ZesJ e. (, ;£, c . vui!.,, e sW v , ,;: L ;< au .c: /, JJ,,"5
.4r ... 1 1 z.q) !tr,' I '-30 ,' hi{,'/ l µe ),i no+ YI('(, ve .J.l.,e
I 15 } :.,7 . £, bC, 11 y rN I'. 'J ro te fAl , -Jl JV!e kn '. 1./, ·/) 4/YYc'a./
4e l ,ffi /h(J .
The bidder further"grees to provide, directly to the City upon r equest, co m p lete and
accurate information regarding actua l work performed on th i s contract, t he payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination o f any book s, re c ords and
files held by their company that will substantiate the actual work perfo rm e d on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City wo r k for a period of not less than three
(3) years a!id for initiating action under Federal, State or Loca l laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) yea r.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will e contacted and the reasons for not using them will be verified by
the C ty' BE
Printed Signature
Rev. 05/30/03
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Tabl e of Contents
1. SCOPE OF WORK .............................................................................................................................. SP-3
2. AW ARD OF CONTRACT .................................................................................................................. SP-3
3. PRECONSTRUCTION CONFERENCE ........................................................................................... SP-3
4. EXAMINATION OF SITE ................................................................................................................. SP-3
5. BID SUB MITT AL ................................................................................................................................ SP-4
6. WATER FOR CONSTRUCTION ...................................................................................................... SP-4
7. SANITARY FACILITIES FOR WORKERS ..................................................................................... SP-4
8. PAYMENT ........................................................................................................................................... SP-4
9. SUBSIDIARY WORK ......................................................................................................................... SP-4
10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........................................... SP-4
11. WAGE RATES ..................................................................................................................................... SP-4
12. EXISTING UTILITIES ....................................................................................................................... SP-4
13. PARKWAY CONSTRUCTION ......................................................................................................... SP-4
14. MATERIALSTORAGE ..................................................................................................................... SP-4
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .......................................... SP-5
16. INCREASE OR DECREASE IN QUANTITIES ................................................................................ SP-5
17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................................. SP-5
18. EQUAL EMPLOYMENT PROVISIONS ......................................................................................... SP-5
19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ................... SP-5
20. FINAL CLEAN UP .............................................................................................................................. SP-7
21. SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY ............................................ SP-7
22. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... SP-7
23. SAFETY STANDARDS AND ACCIDENT PREVENTION ........................................................... SP-10
24. SUBSTITUTIONS .............................................................................................................................. SP-10
25. MECHANICS AND MATERIALSMEN'S LIEN ............................................................................ SP-10
26. CONSTRUCTION SCHEDULE ...................................................................................................... SP-10
27. WORK ORDER DELAY .................................................................................................................. SP-10
28. ZONING REQUIREMENTS ............................................................................................................ SP-10
29. WORKING DAYS ............................................................................................................................. SP-10
30. RIGHT TO ABANDON ..................................................................................................................... SP-10
31. CONSTRUCTION SPECIFICATIONS ........................................................................................... SP-11
32. CONTRACT DOCUMENTS ............................................................................................................ SP-11
33. MAINTENANCESTATEMENT ..................................................................................................... SP-11
34. TRAFFIC CONTROL ....................................................................................................................... SP-11
35. DELAY ................................................................................................................................................ SP-11
36. DETOURS AND BARRICADES ...................................................................................................... SP-11
37. DISPOSAL OF SPOIL/FILL MATERIAL ...................................................................................... SP-12
38. QUALITY CONTROL TESTING .................................................................................................... SP-12
39. PROPERTY ACCESS ....................................................................................................................... SP-12
40. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................................... SP-13
41. WATER DEPARTMENT PRE-QUALIFICATIONS ..................................................................... SP-13
42. RIGHTTOAUDIT ............................................................................................................................ SP-13
43. CONSTRUCTION STAKES ............................................................................................................. SP-14
44. LOCATION OF NEW WALKS AND DRIVEWAYS ..................................................................... SP-14
45. EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................................ SP-14
46. AIR POLLUTION WATCH DAYS ................................................................................................. SP-15
4/1 /2009
SP -I
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents continued
47. CONSTRUCTION NON-PAY ITEMS:
NON-PAY ITEM 1.
NON-PAY ITEM 2.
NON-PAY ITEM 3.
NON-PAY ITEM 4.
NON-PAY ITEM 5.
NON-PAY ITEM 6.
NON-PAY ITEM 7.
NON-PAY ITEM 8.
NON-PAY ITEM 9.
NON-PAY ITEM 10.
NON-PAY ITEM 11.
NON-PAY ITEM 12.
NON-PAY ITEM 13.
NON-PAY ITEM 14.
NON-PAYITEM 15.
NON-PAY ITEM 16.
NON-PAY ITEM 17.
CLEARfNG AND GRUBBfNG ......................................................... SP-15
SPRINKLING FOR DUST CONTROL. ............................................ SP-15
PROTECTION OF TREES , PLANTS AND SOILS ........................... SP-15
PROJECT CLEAN-UP ....................................................................... SP-16
PROJECT SCHEDULE ...................................................................... SP-16
NOTIFICATION OF RESIDENTS .................................................... SP-16
PUBLIC NOTIFICATION PRIOR TO
BEGfNNING CONSTRUCTION ....................................................... SP-16
SA WCUT OF EXISTING CONCRETE ............................................ SP-17
LOCATION AND EXPOSURE OF MANHOLES
AND WATER VALVES .................................................................... SP-17
TIE-fN INTO STORM DRAfN STRUCTURE .................................. SP-17
SPRINKLER HEAD ADJUSTMENT ................................................ SP-17
FEE FOR STREET USE PERMITS
AND RE-INSPECTIONS ................................................................... SP-18
TEMPORARY EROSION, SEDIMENT AND WATER
POLLUTION CONTROL (FOR DISTURBED AREAS
LESS THAN 1 ACRE) ....................................................................... SP-18
TRAFFIC CONTROL ......................................................................... SP-19
WATER TESTfNG PAVEMENT ...................................................... SP-19
REMOVE EXISTING TEMPORARY CURB ................................... SP-20
MILLfNG EXISTING ASPHALT OVERLAY .................................. SP-20
48. CONSTRUCTION PAY ITEMS:
4/1/2009
PAY ITEMS I& 2.
PAY ITEM 3.
PAY ITEM 4
PAY ITEM 5.
PAY ITEM 6.
CONCRETE BRIDGE DECK REPAIR ............................................. SP-20
CLEANING AND SEALING DECK JOfNTS .................................. SP-24
CRACK REPAIR FOR BRIDGE DECKS .......................................... SP-24
MULTI-LA YER EPOXY CONCRETE
OVERLAY (2-1 /8" LAYERS) ........................................................... SP-25
PROJECT DESIGNATION SIGNS (PRE-BID ITEM) ...................... SP-31
SP-2
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: BRIDGE REPAIR AT THREE LOCATIONS (2009-18)
PROJECT ID: C293-541200-209260131883
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following
three (3) bridges : W Berry St over BNSF railroad ; E Allen Ave over BNSF railroad and Felix St over
Union Pacific railroad . Work includes the following : repair of concrete bridge deck defects ; cleaning
and sealing existing deck joints & cracks ; provide a multiple-layer epoxy broadcast overlay to decks ,
and all other miscellaneous items of construction to be performed as outlined in the plans and
specifications which are necessary to satisfactorily complete the work .
2. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder of the Base Bid
(Section A). The City Engineer shall evaluate and recommend to the City Council the best bid which
is considered to be in the best interest of the City .
Bidders are hereby informed that the Director of the Department of TPW reserves the right to
evaluate and recommend to the City Council the best bid that is considered to be in the best interest
of the City .
3. PRECONSTRUCTION CONFERENCE : The successful Contractor, Engineer, and City -City shall
meet at the call of the City for a preconstruction conference before any of its work begins on this
project. At this time, details of sequencing of the work , contact individuals for each party , request for
survey , and pay requests will be covered . Prior to the meeting , the Contractor shall prepare
schedules showing the sequencing and progress of their work and its effect on others . A final
composite schedule will be prepared during this conference to allow an orderly sequence of project
construction . As used herein , the term "Engineer" shall mean the design engineer who prepared and
sealed the plans , specifications and contract documents for this project.
4. EXAMINATION OF SITE : It shall be the responsibility of the prospective bidder to visit the project
site and make such examinations and explorations as may be necessary to determine all conditions
that may affect construction of this project. Particular attention should be given to methods of
providing ingress and egress to adjacent private and public properties , procedures for protecting
existing improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during preparation of the Proposal and all unusual conditions that may give rise
to later contingencies should be brought to the attention of the City prior to the submission of the
Proposal.
During the construction of this project, it is required that all parkways be excavated and shaped
including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed
of at locations approved by the Engineer.
4/1 /2009 SP-3
During construction of this project , the Contractor shall comply w ith present zoning requirements of
the City of Fort Worth in the use of vacant property for storage purposes .
5. BID SUBMITTAL: Bidders shall not separate , detach or remove any portion , segment or sheets from
the contract documents at any time . Failure to bid or fully execute contract without retaining contract
documents intact may be grounds for designating bids as "non-responsive " and rejecting bids as
appropriate and as determined by the Director of the Department of Engineering .
6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his
own expense .
7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences
for the use of workers at the project site . Specific attention is directed to this equipment.
8. 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.
9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the
projects , such as conditions imposed by the Plans , the General Contract Documents or these special
Contract Documents, in which no specific item for bid has been provided for in the Proposal , shall be
considered as a subsidiary item or work , the cost of which shall be included in the price bid in the
Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of
mailboxes .
All objectionable matter required to be removed from within the right-of-way and not particularly
described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing " and
shall be subsidiary to the other items of the contract.
10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular
attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public"
of the "Standard Specifications for Street and Storm Drain Construction ".
11. WAGE RATES : The labor classifications and minimum wage rates set forth herein have been
predetermined by the City Council of the City of Fort Worth , Texas , in accordance with statutory
requirements , as being the prevailing classifications and rates that shall govern on all work performed
by the Contractor or any subcontractor on the site of the project covered by these Contract
Documents . In no event shall less than the rates be paid as attached .
12. EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities
are based on the best information available . It shall be the Contractor's responsibility to verify
location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he
may negot iate such local adjustments as are necessary in the construction process in order to
provide adequate clearance . The Contractor shall take all necessary precautions in order to protect
all services encountered .
Any damage to utilities and any losses to the utility City due to disruption of service resulting from the
Contractor's operations shall be at the Contractor's expense.
4/1 /20 09 SP-4
13. PARKWAY CONSTRUCTION: During the construction of this project , it will be required that all
parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation
will be disposed of at locations approved by the Director of the Department of Engineering.
14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has
obtained permission from the property City.
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take
adequate measures to protect all existing structures, improvements and utilities , which may be
encountered .
The utility lines and conduits shown on the plans are for information only and are not guaranteed by
the City or the Engineer to be accurate as to extent , location and depth , they are shown on the plans
as the best information available at the time of design , from the Owners of the utilities involved and
from evidences found on the ground.
16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the bid proposal may not
reflect actual quantities ; however, they are given for the purpose of bidding on and awarding the
contract. The City also reserves the right to increase or decrease quantities of individual pay items
within the contract provided that the total contract amount remains within plus or minus (±) 25% of the
contract award . The contractor is not entitled to any additional compensation or renegotiation of
individual pay item bid prices .
17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to
indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole
negligence . In addition, Contractor covenants and agrees to indemn ify , hold harmless and defend , at
its own expense , the City , its officers , servants and employees , from and against any and all claims or
suits for property loss , property damage, personal injury, including death , arising out of, or alleged to
arise out of, the work and services to be performed hereunder by Contractor , its officers , agents ,
employees , subcontractors , licensees or invitees , whether or not any such injury, damage or
death is caused, in whole or in part, by the negligence or alleged negligence of City, its
officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold
harmless the City from and against any and all injuries to City's officers , servants and employees and
any damage , loss or destruction to property of the City arising from the performance of any of the
terms and conditions of this Contract , whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of City, its officers, servants or
employees.
In the event City receives a written claim for damages against the Contractor or its subcontractors
prior to final payment, final payment shall not be made until Contractor either (a) submits to City
satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or
(b) provides City with a letter from Contractor's liability insurance carrier that the claim has been
referred to the insurance carrier.
The Director may, if deemed appropriate , refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work
performed under a City Contract.
4/1/2009 SP-5
18. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278
as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-
29) prohibiting discrimination in employments practices .
The Contractor shall post the required notice to that effect on the project site , and at his request , will
be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any
qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be
acquired from the Equal Employment Officer.
19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with
C ity of Fort Worth Ordinance No . 15530 , the City has goals for the participation of minority business
enterprises and women business enterprises in City contracts . The Ordinance is incorporated in
these specifications by reference. A copy of the Ordinance may be obtained from the Office of the
City Secretary . Failure to comply with the ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT
FORM , as applicable , must be submitted within fine (5) city business days after bid open ing. Failure
to comply shall render the bid non-responsive .
Upon request , Contractor agrees to provide the City complete and accurate information regarding
actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and
payment thereof. Contractor further agrees to permit an aud it and/or examination of any books ,
records or files in its possession that will substantiate the actual work performed by an MBE and/or
WBE . The misrepresentation of acts (other than a negligent misrepresentation) and /or the
commission 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 statement.
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 not less than three years .
The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of
bids. Failure to comply with the City 's M/WBE Ordinance , or to demonstrate "good faith effort", shall
result in a bid being rendered non-responsive to specifications .
Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE
subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly
reports on utilization of the subcontractors to the City 's M/WBE office .
The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the
goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract
with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a
clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the
goals must be certified pr ior to the award of the Contract. The M/WBE Contractor(s) must be certified
by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of
Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid . The Contractor shall contact all such
M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort
forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid
opening may result in the rejection of bid as non-responsive .
4/1 /2009 SP-6
Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall
be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original
contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed
under the change order.
During the term of the contract the contract shall :
a. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with
or subsequent to the bid ; and ,
b. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the
contract which the Contractor had represented he would perform with his forces , the Contractor
shall notify the City before subcontracts or purchase orders are let, and shall be required to
comply with modifications to goals as determined by the City , and ,
c. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desires to change
or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted
for the following :
(1) Failure of Subcontractor to provide evidence of coverage by Worker's Compensation
Insurance .
(2) Failure of Subcontractor to provide required general liability of other insurance .
(3) Failure of Subcontractor to execute a standard subcontract form in the amount of the
proposal used by the Contractor in preparing his M/WBE Participation plan .
(4) Default by the M/WBE subcontractor or supplier in the performance of the subcontractor.
Within ten (10) days after final payment from the City , the Contractor shall provide the M/WBE Office
with documentation to reflect final participation of each subcontractor and supplier used on the
project, inclusive of M/WBEs.
20. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the pav ing and curb
and gutter has been completed . No more than seven days shall elapse after completion of
construction before the roadway and R.OW. is cleaned up to the satisfaction of the Engineer. The
Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its
representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or
concrete and other construction materials , and in general preparing the site of the work in an orderly
manner and appearance .
21. 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. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
4/1 /2009 SP-7
A. WORKERS COMPENSATION INSURANCE COVERAGE:
a . DEFINITIONS:
Certification 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 ' compensat ion insurance coverage for
the person's or entity's employees providing services on a project , for the duration of the project.
Duration of the project-includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity .
Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or
entities performing all or part of the services the Contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the Contractor and regardless
of whether that person has employees . This includes , without limitation , independent
Contractors , subcontractors , leasing companies , motor carriers , City-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 , hau ling , or delivering equipment or
materials , or providing labor, transportat ion , or other services 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 classificat ion codes and
payroll amounts and filing of any coverage agreements , which meets the statutory requirements
of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor provid ing 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
governmental entity:
(1) a certificate of coverage , prior to that person beginning work on the project, so the
governmental entity 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 cert ificate of
coverage ends during the duration of the project.
f. The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
4/1 /2009 SP-8
g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within ten (10) days after the Contractor knew or should have known , or 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 Worker's Compensation, 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 form each other person with whom it contracts, and provide to the Contractor:
a . a certificate of coverage , prior to the other person beginning work on the project; and
b. a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period , if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
c . retain all required certificates of coverage on file for the duration of the project and for
one year thereafter.
d . Notify the governmental entity in writing by certified mail or personal delivery , within ten
(10) 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
e. 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 worker's 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 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, criminal , civil penalties or other civil actions .
4/1 /2009 SP-9
k. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten day after receipt of notice of breach from the governmental
entity .
B. 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 Worker's Compensation Act or other Texas Worker's
Commission rules . This notice must be printed with a title in at least 30 point bold type and text in
at least 19 point normal type, and shall be in both English and Spanish and any other language
common to the Worker population . The text for the notices shall be the following text , without any
additional words or changes :
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing
services related to this construction project must be covered by worker's
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 identify of their
employer or status as an employee .
Call the Texas Worker's 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".
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 191 O 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 .
The attention of the Contractor is directed to the Requirements (including permitting and recording) of
the Confined Space Entry Regulations that are under OSHA
24. SUBSTITUTIONS : The specifications for materials set out the minimum standard of quality that the
City believes necessary to procure a satisfactory project. No substitutions will be permitted until the
Contractor has received written permission of the Engineer to make a substitution for the material that
has been specified . Where the term "or equal ", or "or approved equal" is used , it is understood that if
a material , product, or piece of equipment bearing the name so used is furnished , it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
4/1/2009 SP-10
quality acceptable to the City. If a product of any other name is proposed substitutes is procured by
the Contractor. Where the term "or equal ", or "approved equal " is not used in the specifications , this
does not necessarily exclude alternative items or material or equ ipment which may accomplish the
intended purpose . However, the Contractor shall have the full responsibility of providing that the
proposed substitution is , in fact , equal , and the Engineer, as the representat ive of the City, shall be
the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to
"substitutions " shall be applicable to all sections of these specifications
25. MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute a release
of mechanics and material men 's liens upon receipt of payment.
26. CONSTRUCTION SCHEDULE : It shall be the responsibility of the Contractor to furn ish the
Construction Engineer prior to construction a schedule outlining anticipated time each phase of
construction will beg in and be completed , including clean up time
27. 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.
28. ZONING REQUIREMENTS : During the construction of this project , the Contractor shall comply with
present zon i ng requirements of the City of Fort Worth in the use of vacant property for storage
purposes
29. WORKING DAYS : The Contractor agrees to complete the Contract with in the allotted number of
working days.
30 . 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 C ity .
31. CONSTRUCTION SPECIFICATIONS : Th is contract and proj ect are governed by the two followi ng
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 CONSTRUCTIONS NORTH CENTRAL
TEXAS COUNCIL OF GOVERNMENTS
TEXAS STANDARD SPECIFICATION FOR CONSTRUCTION & MAINTENANCE OF HIGHWAYS ,
STREETS AND BRIDGES , TEXAS DEPARTMENT OF TRANSPORTATION
A copy of the City specifications may be purchased at the Office of the Transportation and Publ ic
Works Department, 1000 Throckmorton Street, 2 nd Floor, Mun ic i pa l Bu i lding , Fort Worth , Texas
76102 . The specifications applicable to each pay item are i nd icated in the call-out for the pay item by
the Engineer. If not shown , then applicable published specificat ions in either of these documents
4/1 /2 00 9 SP -I I
may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort
Worth document.
32. 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
33. 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 and will be required to replace at his expense any part or the entire project which
becomes defective due to these causes .
34. 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 .
35. DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work , except
when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to
provide information or material , if any , which is to be furnished by the City . When such extra
compensation is claimed a written statement thereof shall be presented by the Contractor to the
Director of the Department of Engineering 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 approva l of the City Council ; and no such
extension of time shall release the Contractor or the surety on his performance bond form all his
obligations hereunder which shall remain in full force until the discharge of the contract.
36. DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to
create a min imum of interruption to traffic and pedestrian facilities and to the flow of vehicular and
pedestrian traffic within the project area . Contractor shall protect construction as required by
Engineer by providing barricades .
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and
Warning and/or Detour Signs ," Item 524 and/or as shown on the plans .
Construction signing and barr icades shall conform with "1 980 Texas Manual on Uniform Traffic
Control Devices , Vol. No. 1."
37. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material , the
Contractor shall advise the Director of the Department of Transportation and Public Works acting as
the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where
the Contractor intends to dispose of such material. Contractor shall not dispose of such material until
the proposed sites have been determined by the Administrator to meet the requirements of the Flood
Plain Ordinance of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
4 /1/2009 SP-12
by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood
pla in permit can be issued upon approval of necessary engineering studies . No fill perm it is requ ired
if disposal sites are not in a flood plain . Approval of the Contractor's d isposal si tes shall be evidenced
by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood
Plain fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill
perm it, includ ing any necessary engineering studies , shall be at the Contractor's expense. In the
event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from
the administrator approv ing the disposal s ite , upon notification by the Director of Eng ineering ,
Contractor shall remove the spoil/fill material at its expense and dispose of such materials in
accordance with the Ordinance of the City and th is section .
38. QUALITY CONTROL TESTING : The Contractor shall furn ish , at its own expense , cert ifications by a
private laboratory for all materials proposed to be used on the project , includ ing a m ix design for any
asphaltic and/or Portland cement concrete to be used and gradation analys is 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 cert ifications for all manufactured items to be used in the project and will
bear any expense related thereto .
a. 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 .
b. Quality control test ing of on site material on this project w ill be performed by the City 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 Contractor 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 equ ipment conforming to the requ irements
of the contract.
c. 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 .
d. 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.
39. PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherw ise
directed by the Engineer.
40 . 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 , pa inted 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 s ign shall
read as follows :
4/1 /2 00 9 SP -13
"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 C ity 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).
41. WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort
Worth water or sanitary sewer facilities must be pre -qualified with the Water Department to perform
such work in accordance w ith procedures described in the current Fort Worth Water Department
General Specifications which general specifications shall govern performance of all such work.
42. 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 appropriate workspace 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 subsect ion
(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 :
4/1/2009
(1) 50 copies and under
(2) More than 50 copies
$0 .1 O per page .
$0 .85 for first page plus $0 .15 for each page thereafter.
SP-14
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 transactions 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."
43. CONSTRUCTION STAKES : The City , through its Surveyor or agent, will provide to the Contractor
construction stakes or other customary methods of markings as may be found consistent with
professional practice to establish line and grade for roadway and utility construction and centerlines
and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay
whenever practical. One set of stakes shall be set for all util ity construct ion (water , sanitary sewer ,
drainage , etc.), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter
and/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain , transfer , etc .,
all stakes furnished until completion of the construction phase of the project for which they were
furnished .
If, in the opinion of the Eng ineer , a sufficient number of stakes or markings provided by the C ity have
been lost, destroyed , or disturbed, that the proper prosecution and control of the work contracted for
in the Contract Documents cannot take place , then the Contractor shall replace such stakes or
markings as required . An individual registered by the Texas Board of Professional Land Surveying as
a Registered Professional Land Surveyor shall replace these stakes , at the Contactor's expense . No
claims for delay due to a lack of replacement of construction stakes will be accepted , and time will
continue to be charged in accordance with the Contract Documents.
44. LOCATION OF NEW WALKS AND DRIVEWAYS : The Contractor will make every effort to protect
existing trees within the parkway , with the approval of the engineer the Contractor may re -locate
proposed new driveways and walks around existing trees to minimize damage to trees .
45. EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the completion of
this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory
performance and/or of failure to maintain the contract schedule , the following process shall be
applicable :
The work progress on all construction projects will be closely monitored . On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract. If
the amount of work performed by the Contractor is less than the percentage of time allowed by 20%
or more (example : 10% of the work completed in 30% of the stated contract time as may be amended
by change order), the following proactive measures will be taken :
a. A letter will be mailed to the Contractor by certified mail , return receipt requested demanding
that, within 10 days from the date that the letter is received , it provide sufficient equipment,
materials and labor to ensure completion of the work within the contract time . In the event the
Contractor receives such a letter , the Contractor shall provide to the City an updated schedule
showing how the project will be completed within the contract time .
b. The Project Manager and the Directors of the Department of Engineering , Water Department , and
Department of Transportation and Public Works will be made aware of the situation . If necessary ,
the City Manager's Office and the appropriate city council members may also be informed .
4/1/2 009 SP-15
c. Any notice that may, in the City 's sole discretion, be required to be provided to interested
individuals will distributed by the Engineering Department's Public Information Officer.
d. Upon receipt of the Contractor's response , the appropriate City departments and directors will be
notified . The Engineering Department's Public Information Officer will , if necessary , then forward
updated notices to the interested individuals .
e. If the Contractor fails to provide an acceptable schedule or fails to perform sat isfactori ly a second
time prior to the completion of the contract , the bonding company w ill be not ified appropriately .
46. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following
guidelines relating to working on City construction sites on days designated as "AIR POLLUTION
WATCH DAYS " typically , the OZONE SEASON , within the Metroplex area , runs from May 1, through
OCTOBER 31 , with 6:00 a.m . -10 :00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME
PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY
AFTERNOON OZONE FORMATION .
The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather
Serv ice , will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day . On
designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that
such days have been designated Air Pollution Watch Days and as such shall not begin work until
10 :00 a.m . whenever construction phasing requires the use of motorized equipment for periods in
excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a .m . if use of motorized
equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or
equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m . - 6 :00 p.m ., on a designated Air Pollution Watch Day , that day will be
considered as a weather day and added onto the allowable weather days of a given month ."
47. CONSTRUCTION NON-PAY ITEMS :
NON-PAY ITEM 1: CLEARING AND GRUBBING : All objectionable items within the limits of
this project and not otherwise provided for shall be removed under this item in accordance with
Standard Specification Item 102 , "Clearing and Grubbing." However , no direct payment will be made
for this item and it shall be considered incidental to this contract.
NON-PAY ITEM 2: 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 3: PROTECTION OF TREES, PLANTS AND SOIL: All property along and
adjacent to the Contractor's operations including lawns, yards , shrubs , trees , etc . shall be preserved
or restored after completion of the work to a condition equal or better than existed prior to start of
work.
4/1/2 009 SP-16
By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming ,
removal or root pruning) can be done on trees or shrubs growing on public property including street
rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at
871-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as
described by the National Arborist Association . A copy of these standards can be provided by calling
the above number. Any damage to public trees due to negligence by the Contractor shall be
assessed using the current formula for Shade Tree Evaluation as defined by the International Society
of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort
Worth and may be withheld from funds due to the Contractor by the City .
To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint. This is the only instance when prun ing paint is
recommended .
NON-PAY ITEM 4: 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
directed 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 include , but not be limited to :
(1) Sweeping the street clean of dirt or debris
(2) Storing excess material in appropriate and organized manner
(3) 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 5: 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 Construction Engineer. However, contract time will start
even if the project schedule has not been turned in . Project schedule will be updated and
resubmitted at the end of every estimating period . All costs involved with producing and maintain ing
the project schedule shall be considered subsidiary to this contract.
NON-PAY ITEM 6: NOTIFICATION OF RESIDENTS : In order to cut down on the number of
complaints from residents due to the dust generated when saw-cutting joints in concrete pavement ,
the Contractor shall notify residents , in writing , at least 48 hours in advance of saw-cutting joints
during the construction of paving projects . All costs involved with providing such written notice shall
be considered subsidiary to this contract.
NON-PAY ITEM 7: PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION :
Prior to beginning construction on any block in the project , the Contractor shall , on a block by block
4/1/20 09 SP-1 7
basis , prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared as follows:
a. The notification notice or flyer shall be posted seven (7) days prior to beginning any
construction activity on each block in the project area . The flyer shall be prepared on the
Contractor's letterhead and shall include the following information: Name of Project , DOE
No ., Scope of Project (i .e. type of construction activity), actual construction duration w ithin the
block , the name of the Contractor's foreman and his phone number, the name of the City 's
inspector and his phone number and the City 's after-hours phone number. A sample of the
'pre-construction notification ' flyer is attached .
b. The Contractor shall submit a schedule showing the construction start and finish time for
each block of the project to the inspector. In addition, a copy of the flyer shall be del ivered to
the City Inspector for his review prior to being distributed . The Contractor will not be allowed
to begin construction on any block until the flyer is delivered to all residents of the block .
All work involved with the pre-construction notification flyer shall be considered subsidiary to the
contract price and no additional compensation shall be made .
NON-PAY ITEM 8: SAWCUT OF EXISTING CONCRETE : When existing concrete or
H.M.A.C . is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb
and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the
respective item .
NON-PAY ITEM 9: LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES :
The Contractor shall be responsible for locating and marking all previously exposed manholes and
water valves in each street of this contract before the recycling process commences for a particular
street.
4/1/2009
a. The Contractor shall attempt to include the construction engineer (if he is available ) in the
observation and marking activity . In any event a street shall be completely marked a
minimum to two (2) working days before recycling begins on any street. Marking the curbs
with paint is a recommended procedure .
b. It shall be the Contractor's responsibility to notify the utility companies that he has
commenced work on the project. As the recycling is completed (within the same day) the
Contractor shall locate the covered manholes and valves and expose them for later .
adjustment. Upon completion of a street the Contractor shall notify the utilit ies of this
completion and indicate that start of the next one in order for the utilities to adjust facilities
accordingly . The following are utility contact persons :
Company
SBC -Telephone
TXU Electric Delivery:
Downtown
Other than Downtown
Telephone Number
817-338-6202
214-384-3732 Cell
817-215-6424
817-215-6688
SP-18
Contact Person
Mr. Gary Tillory
Mr. Scott King
Mr. Robert Martinex
Atmos Energy-Despatch 1-800-460-3030
CFW -Street Light 817-392-7738 Mr. James Turner
CFW -Light Signal 817-392-2538 Mr. Frank Brock
817-392-2535 Mr. Monte Wilson
CFW -Pavement Marking 817-392-8107 Mr. Chuck Snyder
CFW -Storm Drain 817-392-5196 Mr. Rodney Smithey
CFW-Water 817-212-2699 Mr. Roger Hauser
817-925-2360 Cell
CFW-Sewer 817-212-2699 Mr. Rick Davis
817-944-8399 Cell
c. Under the terms of this contract , the Contractor shall complete adjustment of the storm drain
and Water Department facilities , one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to said facilities .
d. Any deviation from the above procedure and allotted working days may result in the shut
down of the recycling operation by the Construction Engineer.
The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate
job and all costs to the Contractor shall be figured subsidiary to this contract.
NON-PAY ITEM 10: TIE-IN INTO STORM DRAIN STRUCTURE : The cost for making lateral
tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines .
NON-PAY ITEM 11: SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation
of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No
other compensation will be provided .
NON-PAY ITEM 12: FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : A fee for
street use permits is in effect. In addition , a separate fee for re-inspections for parkway construction ,
such as driveways, sidewalks , etc., will be required . The fees are as follows :
a. The street permit fee is $50 .00 per permit with payment due at the time of permit application .
b. A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is
incomplete. Payment is due prior to the City performing re-inspection.
c. Payment by the Contractor for all street use permits and re-inspections shall be considered
subsidiary to the contract cost and no additional compensation shall be made .
NON-PAY ITEM 13: TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE):
4/1/2009 SP-19
4/1/2009
a. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water
pollution control measures deemed necessary by the Engineer for the duration of the
contract. These control measures shall at no time be used as a substitute for the permanent
control measure unless otherwise directed by the engineer and they shall not include
measures taken by the CONTRACTOR to control conditions created by his construction
operations. The temporary measures shall include dikes , dames , berms , sediment basins ,
fiber mats , jute netting , temporary seeding , straw mulch , asphalt mulch , plastic liners , rubble
liners , baled-hay retards , dikes , slope drains and other devices .
b. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth
and the authority to limit the surface are of erodible-earth material exposed by preparing
right-of-way , clearing and grubb ing , the surface area of erodible-earth material exposed by
excavation , borrow and to direct the CONTRACTOR to provide temporary pollution -control
measures to prevent contamination of adjacent streams , other water course, lakes , ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms , dikes , dams , sediment basins , slope drains and use of temporary mulches , mats ,
seeding or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct
erosion that may develop during construction prior to installation of permanent pollution
control features , but are not associated with permanent control features on the project. The
Engineer will limit the area of preparing right-of-way, clearing and grubbing , excavation and
borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the
fin ish grading , mulching , seeding , and other such permanent pollution-control measures
current in accordance with the accepted schedule . Should seasonal conditions make such
limitations unrealistic , temporary soil-erosion-control measures shall be performed as
directed by the Engineer.
(1) Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams .
(2) Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or
other structures shall be used wherever an appreciable number of stream crossing are
necessary .
(3) Unless otherwise approved in writing by the Engineer, mechanized equipment shall not
be operated in live streams .
(4) When work areas or material sources are located in or ad j acent to live streams , such
areas shall be separated from the stream by a dike or other barrier to keep sed iment from
entering a flowing stream . Care shall be taken during the construction and removal of
such barriers to minimize the muddying of a stream .
(5) All waterways shall be cleared as soon as practicable of false work , piling , debris or other
obstructions placed during construction operations that are not part of the finished work .
(6) The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and
reservoirs with fuels , oils , bitumens , calcium chloride or other harmful materials . He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes
and reservoirs and to avoid interference with movement of migratory fish .
c. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for
approval his schedules for accomplishment of soil-erosion-control work and his plan to keep
the area of erodible-earth material to a minimum . He shall also submit for acceptance his
proposed method of soil-eros ion control on construction and haul roads and material sources
SP-2 0
and his plan for disposal of waste materials. No work shall be started until the soil-erosion
control schedules and methods of operations have bee n reviewed and approved by the
Engineer.
d. MEASUREMENT AND PAYMENT : All work , materials and equipment necessary to prov ide
temporary eros ion control shall be considered subsidiary to the contract and no extra pay will
be given for this work.
NON-PAY ITEM 14: TRAFFIC CONTROL: The Cont ractor will be requ ired to obta in a "Street
Use Perm it" pr ior to start ing work . As part of the "Street Use Permit" a traffic control plan is requ ired .
The Contractor shall be responsible for provid ing traffic control during the construct ion of this project
consistent with the prov isions set forth in the "Latest Edit ion Texas Manual on Uniform Traffic Control
Devices for Streets and Highways ," issued under the authority of the "State of Texas Un iform Act
Regulating Traffic on Highways ," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections
being Section Nos . 27 , 29 , 30 and 31 .
A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Eng ineer at
(817) 392-8712 , at the pre-construction conference . Although work will not begin until the traffic
control plan has been reviewed , the Contractor's time will begin in accordance with the time frame
establ ished in the Notice to the Contractor.
The Contractor will not remove any regulatory sign , instructional s ign , street name s ign or other sign ,
which has been erected by the City. If it is determined that a s ign must be removed to perm it
requ ired construction , the Contractor shall contact the Transportation and Public Works Department,
Signs and Markings Division , (Phone Number 871-7738) to remove the sign . In the case of
regulatory signs , the Contractor must replace the permanent sign w ith a temporary sign meeting the
requ irements of the above-referenced manual and such temporary sign must be installed pr ior 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 construct ion work is completed to the extent that the permanent s ign
can be reinstalled , the Contractor shall again contact the S igns and Mark ings Division to reinstall the
permanent sign and shall leave his temporary sign in place until such reinstal lation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods " as determination
by the City Traffic Engineer and in accordance with the appl icable prov is ion of the "City of Fort Worth
Traffic Control Handbook for Construction and Ma intenance Work Areas ."
NON-PAY ITEM 15: WATER TESTING PAVEMENT: The Contractor shall test all proposed
pav ing fo r water ponding . If ponding in any spot exceeds Y.i ", the Contractor shall replace affected
pavement or provide other approved modifications (grinding , etc .) so that no ponding areas exceed a
maximum of Y.i " depth .
NON-PAY ITEM 16: REMOVING EXISTING TEMPORARY CURB : The contractor may break
out existing temporary curb by any means approved by the Engineer. Any damaged pavement shall
be repai red at the cost of t he Contractor. Removing existing temporary curb shall be subsid iary to
"Removing Metal Beam Guard Fence ".
NON-PAY ITEM 17: MILLING EXISTING ASPHALT OVERLAY: The contractor have to mill
the existing asphalt ove rlay (2 inch or less ) on Felix Street bridge by any means approved by the
4 /7 /2 009 SP-2 1
Engineer. The milling should extend 10 feet from each end of the bridge across the full width of the
street section to a tapered depth of 2 inch to O inch to match the existing pavement elevation. The
removed material shall be hauled off to a suitable dumpsite . The milled surface should be a uniform
surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a
uniform textured appearance . Any damage/non-uniformity of the deck due to milling operation shall
be repaired to make the deck surface uniform at the cost of the Contractor using appropriate product
approved by the Engineer. Milling the existing asphalt overlay , hauling off the removed material and
associated repair work shall be subsidiary to "Multi-Layer Epoxy Concrete Overlay (2-1/8 " Layers)".
48. CONSTRUCTION PAY ITEMS:
PAY ITEMS 1 & 2: CONCRETE BRIDGE DECK REPAIR:
4/7 /2009
a. DESCRIPTION:
This Item shall govern for the repair of deteriorated and/or damaged areas of concrete bridge
decks as herein specified and as directed by the Engineer. Bridge deck repairs are divided
into three main classes of repair:
Class I:
Class II:
Class Ill:
for shallow repairs where the damage does not extend to the top mat of
reinforcing steel ;
for mid-depth repair where damage extends to , or slightly below , the top
mat of reinforcing steel ;
for full depth repair.
These classes are further divided into three subclasses depending upon the desired time until
return of service (opening to traffic):
Subclass (A): for rapid return to service within two hours after placing repair materials ;
Subclass (B): for prompt return to service within twenty four hours after placement of
repair materials;
Subclass (C): for postponed return to service of seven days or more after placement of
repair materials .
For example : A shallow repair requiring an immediate return to service is classified as a
Class I (A) repair while a full depth repair where opening to traffic can be delayed is classified
as a Class Ill (C) repair .
b. MATERIALS: All materials shall conform to the pertinent requirements of the following
TxDOT Items , except as noted herein :
Item 420 , "Concrete Structures "
Item 421 , "Portland Cement Concrete"
Item 440 , "Reinforcing Steel "
Special Specification, "Epoxy and Adhesives"
Cementing Materials. Proprietary repair materials are acceptable for use if approved by the
Engineer. Information to be included for review shall include the manufacturer's
recommendations and material application instructions . At the Engineer's discretion , trial
SP-22
4/7 /2009
batches for proprietary repair materials may be required to verify that the compressive
strengths specified herein are obtained . Proprietary repair materials shall be certified by the
manufacturer to be free of soluable chlorides or other ingredients that my potentially cause
corrosion of embedded reinforcing steel.
All repair materials shall have the following minimum compressive strengths depending on
the subclass of the repair (return to service time);
Subclass (A):
Subclass (B):
Subclass (C):
2 ,000 psi at two (2) hours
3,600 psi at twenty four (24) hours
4 ,000 psi at seven (7) days
The 28-day strength for all Subclasses shall be 4 ,000 psi.
Trial batches of Portland cement Concrete furnished under TxDOT Item 421 , "Portland
Cement Concrete ", may be required to verify that the compressive strengths specified above
are achieved within the given time period . Concrete repa ir materials shall be air-entrained per
Article 421 .8 , "Classification and Mix Design " of TxDOT specifications . For Class I repairs
with concrete , the slump shall not exceed one (1) inch and the maximum water-cement ratio
shall not exceed 0.35 . For Class II repairs with concrete , the slump shall not exceed three (3)
inches and the maximum water-cement ratio shall not exceed 0.45 . Repair materials for
Class Ill repairs shall conform to the requirements for Class "S" concrete in TxDOT Item 421 ,
"Portland Cement Concrete". Admixtures for concrete shall conform to TxDOT Item 437,
"Concrete Admixtures ".
Coarse Aggregate. Coarse aggregate shall be a crushed or broken aggregate conforming to
Section 439 .2(1)(b), "Coarse Aggregate " of TxDOT's specificat ion . For proprietary repair
materials, the coarse aggregate shall be in conformance with the manufacturer's
recommendations . The maximum aggregate size for a Class I (shallow) repair shall not be
greater than Grade 6 or half the average repair depth and for a Class II repair shall be Grade
5 or 6 in accordance with Article 421 .2 , "Materials " of TxDOT's specification . Coarse
aggregate for a Class Ill (full depth) repair shall conform to the requirements for Class "S"
concrete in Article 421 .9, "Quality of Concrete " of TxDOT's specification . For Class I repairs
the coarse aggregate shall not have an absorption exceeding three (3) percent when tested
in accordance with Test Method Tex-403-A.
c. EQUIPMENT: All equipment shall be provided by the Contractor, subject to the approval of
the Engineer and shall comply with the following :
Concrete Removal Equipment.
Proportion ing and Mixing Equipment
Placing and Finishing Equipment
d. CONSTRUCTION METHODS: All areas to be repaired will be marked by the Engineer.
Determination as to the class of repair will be made after the final concrete removal has been
completed . The entire perimeter of the area to be repaired shall be saw-cut on the top
surface to a depth of approximately one (1) inch . This saw-cutting depth may be reduced as
directed by the Engineer in areas where insufficient cover is suspected so that the reinforcing
steel will not be cut. For Class Ill repairs , the bottom surface of the deck shall be chipped
SP-23
around the entire perimeter of the patch area using lightweight chipping hammers to prov ide
as near a vertical surface as possible . Feather edges around this perimeter will not be
permitted . The minimum depth of repair for a Class I repair is % inch.
Concrete Removal.
Surface Preparation
Placing and Finishing Repair Materials
Curing
e. MEASUREMENT: Bridge deck repairs will be measured by the square foot of surface area
for the various classes of repairs (Class I, II and 111). When a repair involves multiple depths ,
the areas for each class will be measured separately .
f. PAYMENT: The work performed and material furnished in accordance with this Item and
measured as provided under "Measurement", will be paid for at the unit price bid for "Bridge
Deck Repair", of the various classes and subclasses specified . A bid price shall be provided
for each of the three classes of repair (I, II , and Ill). The subclass (return to service time) will
be determined by the Engineer and will remain the same for all classes of a given repair.
These prices shall be full compensation for furnishing and placing all materials , removing and
disposing of all loose or deteriorated concrete, saw-cutting , cleaning and/or replacing of
reinforcing steel, and for all labor, equipment , tools and incidentals necessary to complete the
work .
PAY ITEMS 3: CLEANING ANO SEALING DECK JOINTS: This item shall be completed in
accordance with Item 438 of the Texas Department of Transportation 's , Standard Specification for
Construction and Maintenance of Highways, Streets, and Bridges.
a. DESCRIPTION: Open joints that allow water from the deck to penetrate the deck shall be
sealed with a silicone treatment to a minimum depth of% inch . Silicone sealant shall conform
to TxDOT DMS-6310 "Joint Sealers and Fillers " and shall consist of a two part , rapid curing ,
self-leveling , cold applied silicone material that cures to a low-modulus rubber upon exposure
to atmospheric moisture . Joints shall be cleaned of all joint seals, old expansion
materials/devices , bituminous material , dirt, grease and all other deleterious material. All
joints must be dry , clean , and moisture free and prepared as recommended by the
manufacturer. Sealant shall be mixed and placed in accordance with manufacturer's
recommendations . In no case shall the sealant be placed unless the temperature is at least
45°F and rising . Where appropriate, backer rods and backing materials shall be used for
application of the sealant. Backer rods and backing materials shall conform with TxDOT
specification 433 .2(4), "Backer Rods and Backing Materials". Sealant shall be depressed %"
from any riding surface . Measurement will be made by linear feet (LF) of joints sealed .
Payment will be made by the unit price bid for "Seal Bridge Deck Joints with Silicone ". This
price shall be full compensation for all materials , tools , labor, equipment and incidentals
required to perform the work described .
PAY ITEMS 4 :CRACK REPAIR FOR BRIDGE DECKS: This item shall be completed in accordance
with Item SS 4100 of the Texas Department of Transportation 's, Standard Specification for
Construction and Maintenance of Highways, Streets, and Bridges.
4/7/2009 SP-24
a. DESCRIPTION: The crack sealer shall be consisting of a resin component and a
hardener component or a catalyzing agent conforms to TxDOT DMS-6100 , "Epoxies
and Adhesives " Type IV. Surface preparation shall be accomplished by power-sweeping
the entire surface to be treated and blowing the cracks out with compressed air to
remove all traces of dirt , dust, sand , gravel or other debris. In some cases , debris may
be mixed with silt and water, thus forming a crust , which sealed the top of the crack.
These cases shall require high-pressure sand or water blasting to remove this crust. All
laitance , grease , oils, curing compounds , waxes , impregnation 's or other coatings which
could interfere with the penetration of the sealer into the cracks shall be removed by
sand blasting or other approved methods. All debris shall be collected and properly
disposed of by the Contractor. The manufacturer's recommendations for surface
preparation shall be followed if they are different from those listed above.
The sealer shall be mixed and placed in accordance with manufacturer's
recommendation . In no case the sealer is placed unless the temperature is at least 40°F
and rising or follows the manufacturer's recommendation for temperature range . Cracks
that extend completely through the deck may need to be sealed from below the deck to
prevent leakage . For cracks greater than 1/8" wide , fill cracks with oven dried sand
before applying the sealer. Sand shall be finely graded , oven dry mason 's sand meeting
the following:
Sieve Size
No . 4
No. 8
No . 16
No . 40
No . 100
Sand Equivalent
Percent Passing
100
95/100
70/100
15/70
2/15
80 Min.
Measurement will be made by square footage of bridge deck to be sealed . Payment will be
made by the unit price bid for "Crack Sealing for Bridge Decks ". This price shall be full
compensation for all materials , tools, labor, equipment and incidentals required to perform
the work described .
PAY ITEM 5:MULTI-LAYER EPOXY CONCRETE OVERLAY (2-1/8" LAYERS):
4/7 /2009
a. DESCRIPTION : Preparation of deck surfaces, furnishing and applying thin , multiple-layer
epoxy concrete on bridge structures.
b. MATERIALS: Furnish a Material Safety Data Sheet (MSDS) for all epoxy materials and
related cleaning solvents used on the project. Maintain the MSDS's with the materials at all
times . Provide a certificate of compliance to these specifications with each batch of resin .
Magnesium phosphate concrete is not compatible with the epoxy overlay systems . Remove
all repairs performed with magnesium phosphate concrete and replace with a portland
cement based repair material.
(1) Aggregate . Use an angular-shaped silica with a Mohs scale hardness of 7 or greater or
basalt with a hardness of 6 or greater. Use aggregates that are clean, dry (less than
SP-25
0.2% moisture), and free of dirt, clay , asphalt, and other organic materials . Use
aggregate that conforms to the gradation specified in Table 1.
Table 1
A G d f ,ggregate ra a 10n
Sieve No. 4 Sieve No. 8 Sieve No. 16 Sieve No. 30
% by Weight
Passing Sieve 100% 30-75% 0-5% 0-1%
(2) Binder material . Use a two-component thermosetting epoxy-based material meeting the
requirements specified in Tables 2 and 3. Condition all components for testing to 74
degrees F (+/-1 deg . F) for at least 40 hours before mixing, curing or testing . Do not use
epoxy systems containing solvents or unreactive diluents .
Table 2
R . d p equire rope 1es or 1xe , rt· f M. d U ncure dE :>oxy s· d m er
Property
Viscosity(neat)
Gel Time(neat)
Absorption in 24 hrs
R
Property
Compressive Strength at 5 hrs.
Modulus of Elasticity
Resilience at 48 hrs(neat)
Tensile Strength at 7 days
4/7 /2009
Requirement
. d p equ1re
7-70 poise
15 min . minimum
1% maximum
Table 3
rf f C rope 1es or
Required
Value
1,000 psi
Minimum
13,000 psi
maximum
70%
minimum
1,800-5,000 psi
SP-26
ure
Test Method
Tex-614-J
Tex-614-J
ASTM D 570
E :poxy s· d m er
Test Method
Tex-618J
ASTM D 638 Type 1
Tex-618-J
Tex-618-J
Compressive Strength at 48 hrs . 3 ,000 psi Te x-618-J
min imum
Bond Strength (neat) 250 ps i Tex-614-J
minimum
Elongation at 7 days 30% minimum Tex-618-J
(3) Epoxy Concrete . The multiple layer epoxy concrete to be used as the overlay shall
meet the required properties specified in Table 4 . The finished overlay is permitted to be
opened to traffic when a standard slot screwdriver w ith a 3/8 blade and a force of 45 lb
w ill not dent the surface .
Table 4
Required Properties for Cured Epoxy Concrete
Property Required Value Test method
Compressive Strength 1000 psi minimum ASTM C 579 , Method B
at 3 hours Samples shall be made us ing 2-
3/4 parts standard sand pe r
4800 psi minimum ASTM C 778 , No . 20-30 U.S.
at 24 hours Standard Sieve per one vo lume
part of m ixed epoxy.
Thermal Compatibility , No delamination of ASTM C 884 B Samples shall
overlay be made using 2-3/4 parts
One cycle is 8hrs . at 60 °C standard sand per ASTM C 778 ,
followed by 16hrs. at -21 °C . No . 20-30 U.S. Standard Sieve
Determine results after 9 cycles per one volume part of m ixed
4/7/2 00 9
epoxy .
c. EQUIPMENT: Use shot blasters (steel , sand or grit) or other surface preparation method
capable of removing deteriorated concrete , laitance , grease, dirt , o il and other contaminants
that inhibit bond of the overlay . Do not use scarifiers , scabblers , or mill ing machines for
surface preparation . An automated epoxy distribut ion system , an aggregate spreader, a
broom , and a self-propelled sweeper broom or vacuum truck are prefe rr ed in all applications .
The distribution system or distributor must accurately blend the epoxy components and
uniformly and accurately apply the epoxy materials at the spec ified rate to the br idge deck to
cover 100 % of the work area . Equipment should provide compressed air that is free of oil and
water. Hand applications are allowed but the Contractor must subm it the methods of
appl icat ion attested by the manufacturer to the Eng ineer.
SP-27
4/7/2009
d. CONSTRUCTION:
(1) Work Plan . Before construction of the epoxy overlay , the Contractor must submit to the
Engineer for acceptance a work plan for constructing the overlay . The work plan will
include but not be limited to proposed equipment , materials, compatibility of concrete
repairs (existing and proposed) with the epoxy overlay material , layout of overlay
placement identifying any hand placements , minimum air and deck surface temperatures,
anticipated schedule for traffic control and project phasing to support the proposed work
plan. The work plan must also meet the approval of the manufacturer of the epoxy
materials . Any deviations from the application prescribed by this specification must be
approved by the manufacturer and explained to the Engineer's satisfaction before
acceptance .
(a) Procedure Qualification . The Contractor shall use the following procedure to
determine the cleaning practice (size of shot, flow of shot , forward speed and number
of passes of the shot blasting machine , and other equipment and procedures)
necessary to expose coarse aggregate and to assure adhesion of the overlay to the
substrate . The Contractor shall also use the following quality control procedure to
determine that the materials , batching , mixing , placing and curing procedures provide
the required adhesion of the overlay to the substrate .
(i) The Engineer shall designate areas to provide for an evaluation of the range of
surface conditions on the area to be overlaid , including areas with deck repairs , if
any . One designated area shall be evaluated for each span or 500 SY ,
whichever is smaller.
(ii) At each of the locations selected by the Engineer, prepare a minimum area of 0.5
SY of the surface using the equipment and procedures proposed for preparing
and cleaning the surface that is to receive the epoxy concrete overlay.
(iii) Clean the surface and apply the overlay to designated quality control areas .
(iv) Overlays of designated areas shall be applied at the same thickness and with the
same materials , equipment, personnel , timing, sequence of operations and
curing period prior to opening to traffic that will be used for the installation of the
overlay.
(v) (Evaluate the designated areas using the procedure described in Canadian Test
Method A23.2-6B except that the pipe cap shall be a 2-inch diameter minimum
and that the tensile adhesion evaluation shall not be performed at surface
temperatures above 95 F. Core through the overlay to a minimum of 3/8 in .+/-
1/8 in. into the underlying concrete slab . An evaluation shall be the average of
tests of three locations within the designated area .
(vi) The surface preparation, materials , batching , mixing and curing qualifies as
adequate if the minimum stress at failure is 220 psi .
(vii) If the test results do not meet the required 220 psi minimum stress at failure and
surface preparation is not adequate, modify the surface preparation procedures
and repeat the tests until the required minimum stress at failure is achieved. If
the test results do not meet the required 220 psi minimum stress at failure and
the material , batching, mixing , placing and curing are not adequate, modify them
and repeat the test until the required minimum stress at failure is achieved .
SP-28
4/7 /2009
(b) Quality Control. If the clean ing practice , materials and installation procedure are not
acceptable , the Contractor shall remove overlays from areas that failed to indicate
that the overlay had adequate tensile adhesion , make the necessary adjustments,
and evaluate all areas again until satisfactory results are obtained.
(2) Surface Preparation and Cleaning. Clean the deck surface by steel shot blasting or
abrasive blasting . Use a blasting technique that exposes the coarse aggregate and
removes asphaltic materials , oils , dirt, rubber , curing compound , paint, carbonation ,
laitance , weak surface mortar, and potentially detrimental materials including dust and
other loose material left from the cleaning operation that may interfere with the bonding or
curing of the overlay . The prepared surface shall meet or exceed the requirements of
International Concrete Repair Institute (ICRI) No . 03732 Standard CSP 5. Use a vacuum
cleaner or oil-and moisture-free air blast to remove dust and other loose material.
Brooms shall not be used . Use water blasting if required . Identify unacceptable levels of
moisture in the deck using a plastic sheet left taped in place for a minimum of 2 hr.
(ASTM D4263) or other approved methods . Cleaning operations w ill be inspected and
accepted before placing each layer of the overlay . Remove any contamination of the
deck or intermediate courses after initial cleaning . Apply all courses following the
cleaning before opening the area to traffic . Apply the first course within 24 hr . of cleaning ,
and place all courses of the overlay within 7 days of cleaning .
The overlay manufacturer's representative must inspect and approve the surface
condition , cleaning , overall deck cond ition , and agree that the deck is appropriate for the
overlay before the overlay can be applied .
If the Engineer determines that the Contractor has deviated from the approved cleaning
method prior to the completion of the job, the Contractor shall re-clean the suspect areas
using the approved method .
Patching and cleaning operations shall be inspected and approved prior to placement of
each layer of the overlay . Any contamination of the overlay area or intermediate courses
after initial cleaning shall be removed . All courses shall be applied follow ing the cleaning
and prior to opening the area to traffic . The first course must be applied within 24 hours
of cleaning or if longer, a bond test must be conducted to verify the adequacy of the
substrate. Subsequent courses shall be applied as soon as possible considering
env ironmental and project site conditions . Traffic shall not be perm itted on the overlay
until all courses are placed and cured .
(3) Application of Overlay . An overlay manufacturer's representative must be present
during the work until the Contractor has proven its means and methods . The
manufacturer's representat ive will then submit a lette r to the Engineer attesting to the
qual ity of the Contractor's procedure of work.
Do not place epoxy concrete overlay materials w hen weather or surface conditions do not
allow the material to be prope rly handled , placed , and cured w ith in the specified
requirements of traffic control. Do not place epoxy concrete overlay on hydraulic cement
concrete that is less than 28 days old .
SP-29
Course
1
2*
4/7/200 9
The overlay application consists of repetition of two dis tinct steps : epoxy binder
application and aggregate broadcasting . The minimum finished overlay thickness is 0.25
in . Apply the epoxy overlay in multiple courses as prescribed by the manufacturer but at
a rate no less than specified in Table 5. The total of the applications will be as prescribed
by the manufacturer but not less than 7.5 gal. per 100 sq . ft . All epoxy and aggregate
components will be 60°F or above at the time of application . After the epoxy mixture has
been prepared for the epoxy overlay , apply it immed iately and un iformly to the surface of
the bridge deck surface . Do not apply epoxy if the air temperature is expected to drop
below overlay system manufacturer's recommendation application temperature range
within 8 hr. after application or if the gel time is expected to drop below 10 min . Apply the
dry aggregate in a manner to cover the epoxy mix ture completely within 5 m in. of
applying the epoxy. Remove and replace first-course applications that do not receive
enough aggregate prior to gelling . A second course insufficiently covered w ith aggregate
may be left in place but will require additional applicat ions before opening to traffic. Place
breaks between adjacent overlay application areas at lane lines only . Cure each course
of epoxy concrete overlay until vacuum ing or broom ing can be performed w ithout tea ri ng
or damaging the surface . Do not permit traffic or equipment on the overlay surface
during curing. After the fi rst course is cu red , remove all loose aggregate by vacuuming or
brooming , and apply the next course to complet ion . Do not beg in brooming the excess
aggregate from any course of the overlay until the overlay has cured sufficiently that
broom ing w ill not damage the surface . Do not open the first course to traffic without the
approval or the Eng ineer or the manufacturer. Do not allow traffic on the overlay until it
has cured sufficiently to prevent damage by wheel loads . Where early opening to traffic
is not necessary , the epoxy may be placed at a lower temperature with the approval of
the manufacturer and the Engineer. Minimum curing periods are specified in Table 6.
Measure temperatures as the material is applied .
Table 5
E :pox 1 an d A A I" 1aaregate ,pp 1cat1on R ates
Course Epoxy Aggregate
(Gal./100 Sq. Ft) (Lb. /Sq. Yd.)
1 Not less than 2.5 > 10
2 Not less than 5.0 > 14
Table 6
M". m,mum C . T" f 0 urmg ,mes or ver ay C ourses
60-64°F 65-69°F 70-74°F 75-79°F 80-84°F 85-89°F
4 hr. 3 hr. 2.5 hr . 2 hr. 1.5 hr. 1 hr.
6 .5 hr . 5 hr. 4 hr. 3 hr. 3 hr . 3 hr .
* Cure Course 2 for 8 hr. 1f the a,r temperature falls below 60°F during curing.
SP-30
Expansion joints in the concrete surface to be overlaid must be maintained through the
overlay during the time of placement. If a joint must be saw cut into the overlay , this must be
done as soon as the overlay can support the sawing equipment without damaging the
overlay . Saw cutting of joints must be done within 12 hours of overlay placement and prior to
the first ambient thermal cycle to avoid any potential fo r stress delamination .
If work damages or mars the surface of the epoxy overlay , remove the damaged areas by
saw cutting in rectangular sections to the top of the concrete deck surface and replacing the
various courses at no additional cost. For each batch provided , maintain and provide to the
Engineer records including but not limited to the following :
(i) Batch numbers and sizes ,
(ii) Location of batches as placed on deck , referenced by station ,
(iii) Batch time ,
(iv) Gel time (2-oz sample),
(v) Temperature of the air, deck surface , mixed epoxy components , and aggregates ,
(vi) Loose aggregate removal time , and
(vii) Time opened to traffic (if applicable).
e. MEASUREMENT: Epoxy concrete overlay shall be measured by the square foot of bridge
deck surface , complete and in place .
f. PAYMENT: Measured as provided under "Measurement" will be paid for at the price bid for
"Multiple-Layer Epoxy Concrete Overlay". This price is full compensation for surface
preparation , presence of manufacturer's representative at the work site during all planning ,
phasing and placement activities , testing , furnishing and applying epoxy concrete overlay
courses , all safety precautions, any necessary repairs , and all materials , labor, tools ,
equipment, and incidentals .
Patching work will be paid for in accordance with Pay Item 429 , "Concrete Structure Repair."
Crack injection will be pa id in accordance with Item 780 , "Epoxy Injection ."
PAY ITEM 6: PROJECT DESIGNATION SIGNS (PRE-BID ITEM): The Contractor
shall construct and install Project Designation Signs and it will be the responsibil ity 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 Eng ineer.
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.
4/7 /2009 SP-31
(To be printed on Contractor's Letterhead)
Date : ------
PROJECT No : C293-541200-209260131883
PROJECT NAME: BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS (2009-18)
MAPSCO LOCATION :
LIMITS OF CONST .: ---------------Estimated Duration of Construction on your Street : __ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY
WILL < REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE
STREET> ON OR AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE .
IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE , PLEASE CALL :
Mr. <CONTRACTOR 'S SUPERINTENDENT> AT <TELEPHONE NO .>
OR
Mr. <CITY INSPECTOR> AT <TELEPHONE NO .>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 817-392-8100
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL.
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pu rsuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that
it provides workers' compensation insurance cove rage fo r all of its employees emp loyed
on City of Fort Worth Project Bridge Repair and Repainting at Three Locations and
City of Fort Worth Project No . C293-538070-201269990100.
CONTRACTOR :
~tel<,~-
Title : P~, ~vt'
Date : I .,..1,,,.-1.,,-{) 'I
STATE OF ::f.E>tA 5 o~~ ~ §
COUNTY OF IbR B A,N:fC, ~>clti ~
Before me , the undersigned authority , on th is day personally appeared
~lk~B:47'. I\/ /s(QolA tJ
known to me to be the person whose name is subscribed to the forego ing instrument ,
and acknowledged to me that he executed the same as the act and deed of
Re-srb1<: . wr. , '
for the purposes and consideration therein expressed and in the capacity the rein stated .
Given Under My Hand and Seal of Office this 7-Z day of ~6~/L>, 20 ~
/":~, ~~ /Q~f~~\ Notary Public in and for the State of'
I ~000012~_1 i ~NWMA \~ EXP. Ofi/16/121 ~~ ,,...,, ,,. ~~~
~~'-..l/eLIC,.~O~ ~.,,,,,. oF""Oi."~,~~~
'''""'''"'\\\\\\\;
~R • CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYY Y)
OP ID DC
09/22/09 RESTE-1
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIDr
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Brown & Brown of Central OK HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 16340 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Oklahoma City OK 73113
Phone:866-678-5862 Fax:405-607-6353 INSURERS AFFORDING COVERAGE NAIC#
INSURED INS URER A: EMC Insurance Companies 00620
INS URER B: American Interstate Ins . Co . 31895
Restek Inc.
Attn: Kathy Brunken INSUR ER C:
6601 Boucher Drive INSUR ERD: Edmond OK 73034
I INSUR ER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS , EX CLUSIONS AND CONDITIONS OF SUCH
POLICIES . AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS .
KUU C IIN"K POLICY NUMBER LTR NSRC TYPE OF INSURANCE POLICY EF_F_ECT,llf) DATE {MM/DD/YYYY 1 ~2r~?M~~/;b'}N!fy1 LIMITS
GENERAL LIABILITY EACH OCC UR RENC E $ l,000,000 -
A X COMM ER CIA L GENER AL LI ABILITY 3D7-51-30-10 06/23/09 06/23/10 U f\Mf\l.>tc I U ~co 'I C U
$ 100,000 PREMISES (Ea occurence) -D CLAIMS MADE ~ OCCU R -MED EX P (Any one perso n) $10,000
X Ltd Contractual PER SO NAL & ADV INJURY $ 1,000,000 -
Liab. GENERAL AGG REGATE $2,000,000 -
GEN'L AGGR EGATE LIM IT AP PLIE S PER: PR ODUCTS . COM P/O P AGG $2,000,000 xl n PRO-POLICY JECT n LOC
AUTOMOBILE LIAB ILITY COMBIN ED SING LE LI MIT -$ 1,000,000 A X ANY AUTO 3E7-51-30-10 06/23/09 06/23/10 (Ea accident)
~
ALL OWN ED AUTOS BO DILY INJURY ~
(Per perso n) $
SCH ED ULED AUTOS
>--
X HIRE D AUTO S BODI LY INJ URY $
X NON -OWN ED AUTOS (P er accident)
~
X Deductibles: $500 COMP/$1000 COLLISION PRO PERTY DAMAGE
(Per acci den t) $
GARAGE LIABILITY AUTO ONLY -EA ACCI DENT $ R ANY AUTO OTHER THAN EAACC $
AU TO ON LY: AGG $
EXCESS/ UMBRELLA LIABILITY EACH OCC URRENC E $2,000,000
A [] OCC UR D CLAIMS MA DE 3J7-51-30-10 06/23/09 06/23/10 AGGREGATE $2,000,000
$
~ DE DUCTIBL E $
RETE NTION $ $
WORKERS COMPENSATION I VV'-, "'"IU-I IUIH -
AND EMPLOYERS' LIABILITY TO RY LI MITS ER Y/N B ANY PRO PRI ETOR/PARTNER/EX ECUTIV LJ AVWCOK1799722009 04/01/09 04/01/10 E: L. EAC H ACC IDENT $ l,000,000 OF FIC ER/MEMBER EXCLUDED?
(M andatory In NH) E. L. DISEASE -EA EMP LOYEE $ 1,000,000
lf yes , describe under
$ 1,000,000 SPE CIAL PROV ISIONS below E.L. DISEAS E -POLI CY LI MIT
OTHER
A Contractor's Equip 3C7-51-30-10 06/23/09 06/23/10 $1000 Ded $191,042Lmt
*Rented/Leased 3C7-51-30-10 06/23/09 06/23/10 *$1000Ded *$140000Lmt
DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
Project Bridge Repair at three locations 2009-18: West Berry Street, East
Allen Avenue & Felix Street over Burlington Northern Santa Fe Railroad.
Project #C293-541200-209260131883 . The City of Fort Worth is Additional
Insured in regard to auto & general liability. Umbrella is following form.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
The City of Fort Worth
Transportation & Public Works
1000 Throckmorton Street
ort Worth TX 76102
ACORD 25 (2009/01)
CITYFTW DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER , ITS AGENTS OR
All rights reserved.
The ACORD name and logo are registered marks of ACORD
Completed Projects
Restek, Inc.
Name of Project:
Location:
Type of Job:
City of Austin Job:
Project Duration:
Project Contact:
Brief Description:
Name of Project:
Location:
Type of Job:
City of Austin Job:
Project Duration:
Project Contact:
Brief Description:
Name of Project:
Location:
Type of Job:
City of Austin Job:
Project Duration:
Project Contact:
Brief Description:
Name of Project:
Location:
Type of Job:
City of Austin Job:
Project Duration:
Project Contact:
Brief Description:
Texas Department of Transportation 2/09
Fort Worth , TX
Prestressed Concrete Beam Repair
Yes No_x_
2/11/09 -2/27/09
Texas Department of Transportation
Repair of Prestressed Concrete Beams over IH20
Oklahoma Department of Transportation 12/07
Oklahoma City , OK
Bridge repair
Yes No_x_
2/20/08 -3/14/08
ODOT
Bridge concrete repair and waterproofing
Texas Department of Transportation 2-08
6/21/08 -8/29/08
Bridge Repairs
Yes No_x_
6/24/08 -8/29/08
Texas Department of Transportation
Structural Shotcrete Repairs to Bridge Substructure
Laredo-Colombia International Bridge Repair 5-07
Laredo , Texas
Bridge Concrete Repair and Expansion Joint Repair
Yes No_x_
3/15/07 -7/16/07
Sid Meilke, P.E., SEA, Inc.
Bridge concrete repairs , sealant installation and expansion joint repair
Current Projects
Restek, Inc.
Name of Project:
Location:
Type of Job:
Antiicipated Completion:
Project Owner:
Brief Description:
Name of Project:
Location:
Type of Job:
Antiicipated Completion:
Project Owner:
Brief Description:
Name of Project:
Location:
Type of Job:
Antiicipated Completion:
Project Owner:
Brief Description:
Name of Project:
Location:
Type of Job:
Antiicipated Completion:
Project Owner:
Brief Description:
Texas Department of Transportation Wichita Falls
Wichita Falls , TX
Bridge Repair
10/1/2009
Doug Beer, Texas Department of Transportation
Bridge Deck Repair, Installation of Epoxy Overlay System ,
Structural Shotcrete Repair of Bridge Substructure
AISD Highland Park Elementary Structural Repairs
Austin , TX
Concrete Repair
12/1/2009
Dave Downing , AISD Construction Dept.
Structural Shotcrete/Concrete Repair to sub-floor
lntegris E Parking Garage Deck Coating
Oklahoma City , OK
Parking Garage Waterproofing
11/1/2009
Boyd West, lntegris Health
Traffic Coating Installation
Oil Center Parking Garage Repairs
Oklahoma City , Oklahoma
Parking Garage Structural Repairs
1/1/2010
Dale Metzinger, Zahl-Ford, Inc.
Structural Concrete Repairs , Strenghtening , Expansion Jo int
Repairs -Including Shoring of Members prior to work.
Equipment Schedule
Restek, Inc.
Equipment
1 O Work Trucks
3 -375 Air Compressors
2 -185 Air Compressor
5 Wheel Barrow Compressors
8-Generators (Various)
1 Forklift
2 Bobcats
6 Trailers
2 Dump Trailers
2 Mortar Mixers
1 Ohlen Pump Machine
50 Grinders
25 Sawzalls
20 Hammer Drills
Post Shores for Double Tees
4 Large Hydraulic Jacks
for Lifting Double Tees
Epoxy Injection Pumps
50 , 15-lb Chipping Guns
25 Small Chipping Guns
1 -500 lb Sand Pot
1 -300 lb Sand Pot
5 -100 lb Sand Pot
Accounts with
RSC, United Rental &
Hertz Equipment
Owned or
Leased
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Owned
Lease
. --.
Committed to
Another Project
Various
Equipment
is currently
used on
various Projects
Available/
Release Date
A ll Equ ipment
w ill be
Ava ilab le for
th is Project.
A lso note
Accounts with
Equipment
Rental Companies
RSC , United Renta l and
Hertz Equ ipment.
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Bond# 08952875
PAYMENT BOND
KNOW ALL BY THESE PRESENTS :
That we , (1) ____ R_es_t_e_.k,~l_nc ____ , as Principal herein, and (2) FIDE L I TY AND
AND DEPOSIT coMPANY o F MARYLAND , a corporation organized and existing
under the laws of the State of (3) MARYLAND , as surety , a re held and firmly bound
unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton
Counties , Texas , Obligee herein , in the amount of Two Hundred Fifty Two Thousand,
Six Hundred Twenty One Dollars and No Cents Dollars ($252,621.00) for the
payment whereof, the said Principal and Surety bind themselves and their heirs ,
executors , administrators , successors and assigns , jointly and severally , firmly by these
presents :
WHEREAS, the Principal has entered into a certain written contract with the
Obligee dated the 25th day of August , 2009, which contract is hereby referred to
and made a part hereof as if fully and to the same extent as if copied at length , for the
following project: Bridge Repair and Repainting at Three Locations TPW Project
No. C293-538070-201269990100.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if
the said Principal shall faithfully make payment to each and every claimant (as defined
in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in
the prosecution of the work under the contract , then this obligation shall be void ;
otherwise , to remain in full force and effect.
PROVIDED, HOWEVER , that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code , as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said statute , to the same extent as if it
were copied at length herein .
IN WITNESS WHEREOF , the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 25th day of August , 2009.
_,. "'~
/'. -·-·-~
RESTEK, INC.
:;AT:J:~S~ . /·-. --.·.-~ .. :r ·-,.:.·. .· . {
(Principal) Secretary -==
PRIN:?'4-
By ~~-
Name : ELLERY BROWN
(SE AL)
ATIEST:
Secretary
NOTE: (1)
(2)
(3)
Title : PRESIDENT
Address :6601 BOUCHER LANE
EDMOND, OK 73034
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
SURETY
By :~~
Name: DEBBIE COLLINS
Attorney in Fact
Address : 1400 AMERICAN LANE
SCBAUBUBG, TT. 60196-1058
Telephone Number: 84 7-605-6000
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# 08952875
PERFORMANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
That we, (1) Restek, Inc as Principal herein , and (2) ____ _
--"-F ..... TU ..... E .... J. ..... I ...... TY .......... A ...... N.u.D ..... u ..... E ..... P ..... Q S ..... J ..... T___.,.,CQ ...... M ... P...,A ..... NY..__._Q .... F_M ..... A....,R ..... Y .... T,....,AN ...... n..__ __ , a corporation organized under
the laws of the State of (3) ¥AR Y! AND , and who is authorized to issue surety
bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of
Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas,
Obligee herein, in the sum of Two Hundred Fifty Two Thousand, Six Hundred
Twenty One Dollars and No Cents Dollars ($252,621.00) for the payment of which
sum we bind ourselves , our heirs , executors , administrators , successors and assigns ,
jointly and severally, firmly by these presents.
WHEREAS , Principal has entered into a certain written contract with the Obligee
dated the 25th day of August , 2009, a copy of which is attached hereto
and made a part hereof for all purposes , for the construction of Bridge Repair and
Repainting at Three Locations TPW Project No. C293-538070-201269990100.
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
making good such default , then this obligation shall be void ; otherwise, to remain in full
force and effect.
PROVIDED , HOWEVER , that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code , as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of such statute , to the same extent as if it
were cop ied 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 25th day of August , 2009 .
-
... .. --...
-: -~ :_ ··~.. -.. :
~ .... /,·'""--... -: -~ "':. :--~ -
"*· .... _,. ::-... =-----·-:..
RESTEK INC
AITES~~
(Principal) Secretary
PRI~
By : ~
Name : ELLERY BROWN
Title : PRESIDENT
(SE AL) Address : 6601 BOUCHER DRIVE
EDMOND, QK 73034
Witne~~
ATTEST:
Secretary
(SE AL)
NOTE : ( 1)
(2)
(3)
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
SURETY
By :~~
Name : DEBBIE COLLINS
Attorney in Fact
Address : 1400 AMERICAN LANE
SCHAUMBURG, IL 60196-1058
Telephone Number: 847-605-6000
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.
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS :
§
§
§
Bond# 08952875
MAINTENANCE BOND
That Restek Inc ("Contractor"),as principal, and,
FIDELI TY AND DEP OSIT COMPANY OF MARY LAND a corporation organized under the laws of
the State of MARYLAND , ("Surety "), do hereby acknowledge themselves to be held and bound to
pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the
State of Texas , ("City ") in Tarrant County , Texas , the sum Two Hundred Fifty Two Thousand, Six
Hundred Twenty One Dollars and No Cents Dollars ($252,621.00) lawful money of the United States ,
for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety
do hereby bind themselves , their heirs , executors , admin istrators , assigns and successors, jointly and
severally .
This obligation is conditioned, however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth ,
dated the 25th of August , 20 09 , a copy of which is hereto attached and made a part hereof, for
the performance of the following described public improvements : Bridge Repair and Repainting at Three
Locations the same being referred to herein and in said contract as the Work and being des ignated as project
number(s) TPW Project No . C293-538070-201269990100 and said contract , including all of the
specifications , conditions , addenda , change orders and written instruments referred to there in as Contract
Documents being incorporated herein and being made a part hereof; and ,
WHEREAS , in said Contract , Contractor binds itself to use such materials and to so construct the work
that it w ill remain in good repair and condition for and during a period of after the date of the final acceptance of
the work by the City ; and
WHEREAS , 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 itself to repair or reconstruct the Work in whole or in part at any time
within said period , if in the opinion of the Director of the City of Fort Worth Department of Transportation and
Public Works , it be necessary ; and,
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said Work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain , repair or
reconstruct said Work in accordance with all the terms and conditions of said Contract , these presents shall be
null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect , and
........ --...
-::-,... Bond#_08_9;_;5;_2.....;8_7...;..5 _________ _
the City shall have al}.ci-_c_cp~r f ro m Contractor and Surety damages in the premises as prescribed by said -... -... ~-
Contract. · .. -.,. ..... --This obl ~<!lf PlJ":.Sha Lt ea p on ti nuing one and successive recoveries may be had hereon for successive _.,~~ --
breaches until t he. ,·ld h·arn:a u nt Bereof is exhausted .
IN WITNE ~S ;yHirf~;; this instrument is executed in _!)__ counterparts , each of which shall be
deemed an original , this 25th day of August , AD. 2009 .
Res t ek, Inc.
PRINCIPAL
ATIEST:,~~
(Princ ipal) Secretary
By ~
Name : Ellery Brown
(SE AL)
ATTEST:
Secretary
(SE AL)
NOTE :
-
(1)
(2)
(3)
Title : President
Address : 66 0 1 Boucher Drive
Edroaud, QK 7303 4
Fid elit y and Deposi t Comp a n y of Maryland
SURETY
By : ~~Lk
'
Name : De bb ie Collins
Attorney in Fact
Address : 14 0 0 American Lane
Schaumb urg , IL 6 019 6-1 05 8
Telephone Number: 847 -605 -6 000
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated . In addition , an orig inal 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.
Power of Attorney BOND N UMB E R 0 89 52 87 5
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY
ATTEST:
TE. Smith
State of Maryland } ss :
City of Baltimore
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
By:
Ass is tant Secretary M. P . Hammond Vic e Pres ident
On this 1st day of July, AD. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned
and qualified, came M. P. HAMMOND, Vice President, and T. E . SMITH, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND , and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY , to
rne personally known to be the individuals and officers described in and who executed the preceding instrument, and they
each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and
saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the
Corporate Seals of said Companies , and that the said Corporate Seals and their signatures as such officers were duly affi xed
and subscribed to the said instrument by the authority and direction of the said Corporations .
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed my Official Seal the da y and year first abo ve
written .
Dennis R. Ha y den Notary Public
My Commi ssion Ex pire s: February 1, 2009
POA-F 076-2128A
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI , Section 2. The Chairman of the Board , or the President, or any Executiv e Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorize d so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries , to appoint Resident
Vice-Presidents , Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require , or to
authori ze any person or persons to execute on behalf of the Company any bonds , undertaking, recognizances , stipulations ,
policies , contracts , agreements, deeds , and relea ses and assignments of judgements, decrees , mortgages and instruments in
the nature ofmortgages, ... and to affix the seal of th e Company thereto ."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI , Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries , to appoint Resident
Vice-Presidents , Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require , or to
authorize any person or persons to execute on behalf of the Company any bonds , undertaking , recognizances , stipulations ,
policies, contracts , agreements , deeds , and releases and assignments of judgements, decrees , mortgages and instruments in
the nature ofmortgages , ... and to affix the seal of the Company thereto ."
CERTIFICATE
I, the undersigned , Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND , and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY , do hereby certify that the foregoing Power of
Attorney is still in full force and effect on the date of this certificate ; and I do further certify that the Vic ~-President who
executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attorney-in-Fact as provided in Article VI , Section 2, of the respective By-Laws of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND , and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at a meeting duly called and held on the 5th day of May, 1994 .
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed ."
IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the corporate seals of the said Companies ,
this 25 T H day of A UGUST , 2 009
Assistant Secretary
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL MEN BY THESE PRESENTS :
COUNTY OF TARRANT
This agreement made and entered into this the 25th day of August , 20..Q!_ by
and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County, Texas ,
organized and existing under and by virtue of a special charter adopted by the qualified voters within
said City on the 11th day of December, A.O., 1924, under the authority (vested in said voters by the
"Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at
a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed
Owner, and Restek, Inc HEREINAFTER CALLED Contractor.
WITNESSETH : That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be
made and performed by the Owner, and under the conditions expressed in the bond bearing even date
herewith, the said Contractor hereby agrees with the said Owner to commence and complete the
construction of certain improvements described as follows:
BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS
Designated as project number: C293-538070 201269990100 .
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Transportation
and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort
-Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part
of this contract the same as if written herein.
-----
3. OFFI LRECO
TY
T.WO TH T
C-1
The Contractor hereby agrees and binds himself to commence the construction of said work
within -ten (10) days after being notified in writing to do so by the Transportation and Public Works
Department of the City of Fort Worth,
4,
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval
of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 90 (Nintey) working days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated , plus any additional time allowed as provided in the
General Conditions, there shall be deducted from any monies due or which may thereafter become due
him, the sum of $ 210.00 per calendar day, not as a penalty but as liquidated damages , the
Contractor and his Surety shall be liable to the Owner for such deficiency .
5 .
Should the Contractor fail to begin the work herein prov ided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans ,
Specifications, and Contract Documents , then the Owner shall have the right to either demand the
surety to take over the work and complete the same in accordance with the Contract Documents or to
take charge of and complete the work in such a manner as it may deem proper, and if, in the
completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said
Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on
demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said
excess cost.
6 .
Contractor covenants and agrees to indemnify City 's engineer and architect, and their
personnel at the project site for Contractor's sole negligence . In addition , Contractor covenants and
agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants
and employees , from and against any and all claims or suits for property loss, property damage ,
personal injury , including death, arising out of, or alleged to arise out of, the work and services to be
performed hereunder by Contractor , its officers , agents , employees , subcontractors, licensees or
invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor
likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and
all injuries to Owner's officers , servants and employees and any damage , loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of this
C-2
I OFFIC~AL REC
I
T. W RTH. T
Contract, whether or not any such injury or damage is caused in whole or in part by the
negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its subcontractors
prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or
(b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been
referred to the insurance carrier .
The Director may , if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work
performed under a City Contract.
7 .
The Contractor agrees, on the execution of this Contract, and before beginning work , to make ,
execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecution of the work , such bonds being as prov ided and required in
Texas Government Code Section 2253, as amended, in the form included in the Contract
Documents, and such bonds shall be 100 percent (100%) of the total contract price , and the said surety
shall be a surety company duly and legally authorized to do bus iness 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 receive , for all of the aforesaid
work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted
by the successful bidder hereto attached and made a part hereof. Payment will be made in by-weekly
installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates
N/A shall be
TWO HUNDED FIFTY TWO THOUSAND,
SIX HUNDRED TWENTY ONE DOLLARS AND NO CENTS
$252.621.00
OFFICIAL RECO
C-3 l T. WORTH T
j
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 hereto
and made a part hereof the same as if it were copies verbatim herein .
11 .
The Contractor shall procure and shall maintain during the life of this contract insurance as
specified in paragraph 8 of Special Instruction to Bidders of this contract documents.
12 .
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the C ity of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the
Contractor agrees to fully comply with all the provisions of the same .
IN WITNESS WHEREOF , the City of Fort Worth has caused this instrument to be signed in S (X' Jb1
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through
its duly authorized officers in 5 /")( _j_ffil counterparts with its corporate seal attached .
C-4
rOFFICIA REC
T ORTH T
Done in Fort Worth, Texas, this the ____ 2;..;;...51_h _ day of August , 20..;;...09;;.___
APPROVED:
DIRECTo~RANSRTATION AND ///r
PUBLIC WORKS DEPARTMENT
(Contractor)
(TITLE)
b{; ~ L kduc..1fyp f):P-
(Address)
{A,tAAz,tJh I ok 1'?:, o '3'!
(City/State/Zip)
--....
.: ----
-*\,.., - -
Revised June 2008
C-5
CITY OF FORT WORTH
~ .. ;,,a_
ASSISTANT CITY MANAGER
ATIEST:
()\~~
CITY sECRERY
(SEAL)
t-d.314-5
Contract Authorizatioa
~ l9'~( oj
Date
APPROVED AS TO FORM &
LEGALITY:
r OFFICIAL
T.WO T T
APPENDIX A:
SUMMARY OF QUANTITIES
SUMMARY OF QUANTITIES
Item Nos . 2 3
Bridge Concrete Bridge Deck Concrete Bridge De.~k
Repair Class I (B) Repair Class_ II (B) (Mid
(S,hallow) . Depth)
SF SF LF
W Berry Street 295 148 680
E Allen Avenue 200 200
Felix Street* 372 372 840
Total Qty 867 720 1,520
• Milling of existing asphalt on bridge deck shall be subs idiary to overlay item
4
Crac!< Repair for
· ·Bridge Decks '
SF
4 ,000
4 ,000
5
SF
29,520
18 ,584
48 ,104
APPENDIX B:
PROJECT LOCATION MAPS
i LO\t bEN
I
I I
I
I
I ...J
...J
:i:
Cl. ::;
w
I
I
I r-..
j
I " I
I
76 ~
I
I DEVITI
l
i
V)
Cl z z z
~
i -
SHAW
I
900 1
!
W BERRY ST BRIDGE
MAPSCO 77W
I 1' \ )f '; I \
·\-ft ,,
!-:'
I
f l
!!
5 ff
if 0 .'.t _,
1--"' JI
' V)
/.' s ,· 0
'· ...J
~ r f-V) ::;
B WIE
!
~
!
f Ll WBerry St I over BNSF I
I A !
BERRY l 7. r
'
( i
<
I
j
' .
I
r
I
i
~
I
::;
DE\ ITI
I V) . s
0
...J
t; ,.
I
' f
I
{.
!
t
' I
··-·-------·-----------·-· ..
z
~ .
I ;
' :
t '!
91A . . .
I:
J.tl ,t·t-
'" tV
LO WDEN
f-O'.
<(
:::,
f-
V)
z ~ ·, O'. m '
·.
'
'
\ I
\
\
\
\.\
\ ,
\ Railroad I
\
~ \ \ O'. \ m
BERRY
\\,
\
!
O'.
al
~
f-
O'.
<(
:::,
SHAW f-
/
FELIKS GWOZDZ
MORPHY
z ;5
Cl'. m
77J
E ALLEN AVE BRIDGE
MAPSCO 77N
Cl
Q'.
0 u..
!
(.)
I + I
'/
l
f
I
I
:{
I' ,! i!
I• ~-.:-
I I
I 7~N _/ l lf
RI HMOND
I
I ·•
,/
,! /
I ! I ,/ /
_(
/ / (;
·,'
' ;
/
I /1
I
!
" :~ r
( / .'
i it/
I //_I
~( ~'/ /
J
< /(/ 41.~
/ /'/ ,~
//1 l {;
/// ///~
1/r · ! ,<
. .' ! '·f
r.,./1
/, !
·'" ,"' t ,. •
',' !
,.l i ! : : . ' ;
fl:
i) r
fir
/ I 1_
J ! I
"' I .·;}, fi :
i i;
' -~ ' { '
I
77K
;o
0
(J)
m
~ m
:i
~
(J)
"'
I
f-::,
0
ALL N
MORPHY
MADDOX
ELMWOOD
EFFERSON
BROADUS
BEDDELL
GAMBRELL
90M
HAMMOND
FELIX ST BRIDGE
MAPSCO 91J
'· ·.
>-
' 91J
/
I
-
I
l
TH ORNH IL L
Felix St I
>. over BNSF Railroad
BOYCE
I.
j 1
1 \ \ ·\
I I
\ \ \ ·\.
~--------+! _____ ~S~P~U~RG~E_or ______ \~
\
' \ \
i (
ELI X I
FELI X I
A
SFURGEON
,o/Y 11 ~
f-z
0 :::;
Cl'.
~
y ,'' ~
I=~=---::: .. ::_::__ •. -.-, .. -_--.-. ----------~ft--.-.. -_.-.. -.-... -_---:-;-~:·-;,,p-:::;-7;;,-•' _,· .. 4' -/:----~: ____________ .........:,...,~;;:_---i --
1 ! '
90R
..:J. i
,, •,
~
!l
r
i1
' t µ
I f
li l
t l
ll 1
:t
l
I I
j !
i/
il t
9H,i
\
I ;-
I ' l
I
I
i
!
\
i
I l
!
i
I
I
i
i
I
l
!
I
I
I
91K
z
0
(/)
w _,
Cl'.
::J
!Xl
0 _,
0
91P
I
\
. ' ---.J_
' -t -··-
APPENDIX C:
PROJECT DESIGNATION SIGN DETAIL
4'-0"
FONTS:
PROJECT DESIGNATION SIGN
---------4' -0" ----------
sf'
PMS -167 ==r 3"
3"C Project Title 1
1
..
3 "C 2ND LINE '
IF NECESSARY _/ ---r 3 "
1 ~,,======= Contractor: ---=±: 1"
2~"LContractor's Name' 2
1 ~"I:: Scheduled Completion Date
1~" J Year
1 " 2
5"
1 "
FORT WORTH LOGO = CHEL TINGHAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS:
FORT WORTH -PMS 288
LONGHORN LOGO -PMS 167
LETTERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH-CONSTRUCTION STANDARD
DRAWING NO. DATE: 9-20-02