HomeMy WebLinkAboutContract 40752r
CITY SECRETARY!doJS ¢-
CONTRACT NO. •
SPECIFICATIONS AND CONTRACT DOCUMENTS
BRIDGE REPAIR AND REPAINTING AT THREE
LOCATIONS (2010-13)
PROJECT NO. GG01-539590-0202003 1111c:oPYFOII:
IN THE CITY OF FORT WORTH, TEXAS
JANUARY 2010
__ CONTRAClOlt
:z, CONTltACTOll'S IONDING CO.
CITY IECUTARV
--CITY IIANAGa'S OFFICE
__ ENGIIIE!MiG DIV.
__ flPW.fUWf
MIKE MONCRIEF
MAYOR
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E.
DIRECTOR OF TRANSPORTATION
AND PUBLIC WORKS DEPARTMENT
ANDY ANDERSON, P.E.
ASSISTANT DIRECTOR OF TRANSPORTATION
AND PUBLIC WORKS DEPARTMENT
Prepared by:
Transportation and Public Works Department:
Infrastructure Group ;_
OFFICIAL RECORD
01 -cmsec~'i 1
FT. WORTH, TX
M&CReview http ://apps.cfwnet.org/cmmcil _packet/me _review .asp?ID= l 3629&coun..
-
1 o f 2
Offi:ial ste of the City of Fort Wo rth , Texas
CITY COUNCIL AGENDA FORT WORTH
~
COUNCIL ACTION: Approved on 7/13/2010 -Ord. No. 19210-07-2010
DATE: 7/13/2010 REFERENCE NO.: **C-24303
CODE: C TYPE: CONSENT
LOG NAME:
PUBLIC
HEARING:
20BRIDGE REPAIR
2010-13
NO
SUBJECT: Authorize the Execution of a Contract with Gibson & Associates, Inc., in the Amount of
$819,140.00 for Bridge Repair and Repainting at Three Locations and Adopt Appropriation
Ordinance (COUNCIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $819,140.00 from the Contract Street Maintenance Fund to the General
Fund;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by
$819,140.00 in the General Fund from available funds; and
3. Authorize the City Manager to execute a Contract with Gibson & Associates , Inc., in the amount of
$819,140.00 for 100 calendar days for bridge repair and repainting at three locations listed below.
DISCUSSION:
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, sealing the decks using a special epoxy broadcast overlay, cleaning/sealing the deck joints,
repainting of the steel superstructures and replacing steel portal frame.
The following bridges are included in the project:
BRIDGE
East Belknap (East Bound and West
Bound)
Rosedale Street (East Bound and West
Bound)
South University Drive (South Bound)
OVER
BNSF Railroad
University Drive, Trinity River and Union Pacific
Railroad
Clear Fork Trinity River
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 January 28 , 201 O and February 4, 2010, in the 1..:Fo!:!lrtl..W!.W~o~rt.u.h.!.-------.
Star-Telegram. On February 25, 2010, the following bids were received: OFFICIAL RECORD
CITY SECRETARY
FT.WORTH TX s d b/2010 , :37 PM
'2 of2
BIDDERS
Gibson & Associates, Inc.
SCR Construction Company, Inc.
http ://apps .cfwnet.org/ council _packet/me _review .asp?ID= l 3629&cotm ...
AMOUNT
$819,140.00
$874,920.00
Gibson & Associates, Inc., is in compliance with the City's M/WBE Ordinance by committing to 61
percent M/WBE participation. The City's goal on this project is 16 percent.
This project is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and adoption of the attached appropriation ordinance, funds will be available in the
current operating budget, as appropriated, of the General Fund.
TO Fund/Account/Centers
1&2) GG01 472293 0202003 $819,140.00
2) GG01 539590 0202003 $819,140.00
Submitted for City Manager's Office by:
Originating Deparbnent Head:
Additional Information Contact:
ATTACHMENTS
20BR1DGE REPAIR 2010-13 AO.doc
MAP E Belknap St Bridge 2010-13 .pdf
MAP Rosedale St Bridge 2010-13 .pdf
MAPS University Dr Bridge 2010-13 .pdf
FROM Fund/Account/Centers
3) GG01 539590 0202003 $819,140 .00
1) C293 538070 201629990100 $819,140 .00
Fernando Costa (6122)
William Verkest (7801)
T ariqul Islam (2486)
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
8/10/2010 4:37 PM
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS (2010-13)
PROJECT: GGOl-539590-0202003
Addendum No. 1, Issued: February 11 , 20 l 0
Prospective Bidders are hereby notified of the following revisions:
1. Scope of Work -Replace the Scope of Work Page 3-1 with the attached revised SCOPE
OF WORK Page 3-1.
2. Special Provisions -The following was re v ised to PAY IT EMS 7&8 on Page SP-30.
a. DESCRIPTION: This Item will cover surface preparation, existing paint removal and
repainting of steel superstructure of bridge . Obtaining pem1its from railroad authorities ,
railroad insurance, special flagging operation etc shall be contractor's responsibility and to
be considered as subsidiary to this pay item.
Please acknowledge receipt of this addendum by inserting signed copy of same into your proposal
at time of bidding. Failure to return a signed copy of this addendum shall be grounds of rendering
the bid non-responsive .
RECEIPT ACKNOWLEDGES : Najib Fares , P.E ., Infrastructure Manager
By :_-"7tli~---
Tariqul Islam , Project Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
SCOPE OF WORK
The primary objective of this project is to rehabilitate & seal the concrete deck and to provide a
protective surface topping using multi-layer epoxy concrete overlay and clean & repaint steel
superstructures of multiple bridge locations included in this project The project also includes in-kind
replacement of damaged portals at one location . Related works include in this project are cleaning
and seal in g exi st ing deck joints and replacement of concrete approach slab . For estimate of
quantities and locations for each br idge see Append ix A &B .
1. E Belknap Street EB over BNSF Railroad
2. E Belknap Street WB over BNSF Railroad
These twin bridges are each 48 ' wide (including sidewalks) and 227' long
continuous steel I beam girder bridge. There are 3 lanes of sing le direction of traffic
on each of these bridges .
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 The
approach slab of these bridges needs to be replaced . The steel girders of both of
these bridges should be painted light gray or an equivalent color subject to
Engineer's approval.
Special flagging operations will be required under the bridge in accordance with
BNSF railroad. Permit from railroad authority and railroad insurance are mandatory
for this work . It w ill be contractor's responsibility to obtain permit from BNSF . Cost
for flag man , insurance , permit etc is subsidiary to pa int item of this bridge .
3. Rosedale Street EB over University Dr, Trinity River and UP Railroad
4. Rosedale Street WB over University Dr, Trinity River and UP Railroad
These twin bridges are each 42 ' wide (including sidewalks) and 2461' long with 2
span plate girder and 23 span pre-stressed concrete girder bridge . There are 3
lanes of single direction of traffic on each of these bridges .
The internal 2 span steel plate girders over railroad of both of these bridges should
be painted light gray or an equivalent color subject to Engineer's approval.
Special flagging operations will be required under the br idge in accordance with UP
railroad . Permit from rai lroad authority and railroad insurance are mandatory for
this work . It will be contractor's responsibility to obtain permit from UP . Cost for flag
man , insurance , permit etc is subsidiary to paint item of this bri dge .
S. University Drive SB over Trinity River
This is a 40' w ide (i nc luding sidewalks ) and 340 ' long thru truss and cont inuous
steel I beam g irder bri dge built in 195 7. The bri dge has 3 lanes .
The damaged north and south end stee l truss porta ls of this bridge should be
replaced w ith in kind portal and to be pa inted Essex green or an equivalent color
subject to Eng ineer's approval. For deta il of this portal see Appendix 'D'.
3 -1
SPECIFICATIONS AND CONTRACT DOCUMENTS
BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS (2010-13)
PROJECT NO. GG01-539590-0202003
IN THE CITY OF FORT WORTH, TEXAS
2010
/-Z6 -Z-o/o
DATE
INFRASTRUCTURE MANAGER
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
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
Appendix D : Detail of Steel Truss Portal at S. University Dr . Bridge
NOTICE TO BIDDERS
Sealed proposals for the following :
BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS (2010-13)
PROJECT NO. GG01-539590-0202003
Submit package to City of Fort Worth , Purchasing Division , 1000 Throckmorton St., Fort Worth , Texas
76102-6311 until 1 :30 P .M., February 25, 2010 and then publ icly opened and read aloud at 2 :00 PM
in the Council Chambers . Plans , Specifications and Contract Documents for this project may be
purchased for thirty 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 9 :00 A.M ., February 11, 2010 in Conference Room 270 , 2nd floor ,
Municipal Building .
Bid security is required in accordance with the Special Instruction to Bidders .
Bidders are responsible for obtain ing 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. Fa ilure 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: JANUARY 28, 2010
FEBRUARY 4, 2010
1 -1
WILLIAM A. VERKEST , P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
By : ~ /.2.t;,z,.,o
TAFfloulisLAM
Graduate Engineer
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 (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.
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-
respons1ve.
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 (l) hold a
certificate of authority from the Untied States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City
SPECIAL INSTRUCTIONS TO BIDDERS
- 2 -
6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General
Provisions , Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
7 . EMPLOYMENT AND NON-DISCRIMINATION : The Contractor shall not
discriminate against any person(s) because of sex , race, religion, color or national origin
and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of
the City of Fort Worth (1986), as amended, prohibiting discrimination in employment
practices.
8 WAGE RA TES: All bidders will be required to comply with prov1s10n 5159a of
"Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of
prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in
Contract Documents for this project.
9. FINANCIAL STATEMENT : A current certified financial statement may be required by
the Director of the Transportation and Public Works for use by the CITY OF FORT
WORTH in determining the successful bidder. This statement, if required, is to be
prepared by an independent Public Accountant holding a valid permit issued by an
appropriate State Licensing Agency.
10. INSURANCE : Within ten days of receipt of notice of award of contract, the Contractor
must provide, along with executed contract documents and appropriate bonds, proof of
insurance for Workers Compensation (statutory); Comprehensive General Liability
($1,000,000 per occurrence , $2 ,000,000 aggregate); and Automobile Insurance
($1,000,000 each accident on a combined single basis or $250 ,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned , hired, and non-
owned). Additional lines of coverage may be requested. If such a request is made after
bid opening, Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements , see Special
Instructions to Bidders -Item 16.
ADDITIONAL INSURANCE REQUIREMENTS:
A. The City, its officers , employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
B. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents , 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
C. Any failure on part of the City to request required insurance documentation shall
. not constitute a waiver of the insurance requirements specified herein .
SPECIAL INSTRUCTIONS TO BIDDERS
- 3 -
D. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
E. Insurers must be authorized to do business in the State of Texas and have a
current A .M. Best ratirig 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 -
12.
"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.
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 of M/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor 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
negl igent misrepresentation) and /or the commission of fraud by the Contractor will be
SPECIAL INSTRUCTIONS TO BIDDERS
-6 -
grounds for termination of the contract and/or initiating action under appropriate federal,
state or local laws or ordinances relating to false statements ; further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the
proposal , the City reserves the right to adopt the most advantageous construction thereof
or to reject the proposal.
14 . PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND
WARRANTY:
a. The contractor will receive full payment (less 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 by the City as of the date the final
punch list has been completed, as evidenced by a written statement signed by the
contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been
completed.
e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment
becoming due and payable.
f . In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the
city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city
shall make a progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages , the
parties shall attempt to resolve the differences within 30 calendar days.
15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON , within the
Metroplex area, runs from May 1, through October 31 , with 6:00 a.m. -10:00 a.m. being
critical because emissions from this time period have enough time to bake in the hot
atmosphere that leads to early afternoon ozone formation .
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p .m. on the
afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS ,
the Contractor shall bear the responsibility of being aware that such days have been
designated AIR POLLUTION WATCH DAYS and as such shall not begin work until
SPECIAL INSTRUCTIONS TO BIDDERS
- 7 -
10:00 a.m . whenever construction phasing requires the use of motorized equipment for
periods in excess of 1 hour.
However, the Contractor may begin work prior to 10:00 a.m. if use of motorized
equipment is less than I-hour, or if equipment is new and certified by EPA as "Low
Emitting", or equipment 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 employees
of the contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
SPECIAL rNSTRUCTIONS 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 emplo yees
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 & seal the concrete deck and to provide a
protective surface topping using multi-layer epoxy concrete overlay and clean & repaint steel
superstructures of multiple bridge locations included in this project. The project also includes in-kind
replacement of damaged portals at one location . Related works include in this project are cleaning
and sealing existing deck joints and replacement of concrete approach slab . For estimate of
quantities and locations for each bridge see Appendix A &B .
1. E Belknap Street EB over BNSF Railroad
2. E Belknap Street WB over BNSF Railroad
These twin bridges are each 48 ' wide (including sidewalks) and 227' long
continuous steel I beam girder bridge . There are 3 lanes of s i ngle direction of traffic
on each of these bridges .
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 w ith silicon sealant. The
approach slab of these bridges needs to be replaced . The steel girders of both of
these bridges should be painted light gray or an equivalent color subject to
Engineer's approval.
3. Rosedale Street EB over University Dr, Trinity River and UP Railroad
4. Rosedale Street WB over University Dr, Trinity River and UP Railroad
These twin bridges are each 42' wide (including sidewalks) and 2461 ' long with 2
span plate girder and 23 span pre-stressed concrete girder bridge . There are 3
lanes of single direction of traffic on each of these bridges.
The internal 2 span steel plate girders over railroad of both of these bridges should
be painted light gray or an equivalent color subject to Engineer's approval.
5. S. University Drive SB over Trinity River
This is a 40 ' wide (including sidewalks) and 340' long thru truss and continuous
steel I beam girder bridge built in 1957. The bridge has 3 lanes.
The damaged north and south end steel truss portals of this bridge should be
replaced with in kind portal and to be painted Essex green or an equivalent color
subject to Engineer's approval. For detail of this portal see Appendix 'D'.
3-1
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt ·Paving Machine Operator
Asphalt 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 Ooerator
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 .61
Crane, Clamshell, Backhoe, Derrick Dragline, Shovel Operator $14.12
Electrician $18.12
Fla1211:er $ 8.43
Form Builder/Setter, Structures $ J l.63
Form Setter, Paving & Curb $11 .83
Foundation Drill Operator, Crawler Mounted $13.67
Foundation Drill Operator, Truck Mounted $16.30
Front End Loader Operator $12 .62
Laborer, Common $ 9 .1 8
Laborer, Utility $10 .65
Mechanic $16 .97
Milling Machine Operator, Fine Grade $11.83
Mixer Operator $11.58
Motor Grader Operator, Fine Grade $15 .20
Motor Grader Operator Rough $14 .50
Oiler $14.98
Painter, Structures $13 .17
Pavement Marking Machine Operator $10.04
Pipe layer $ I 1.04
Reinforcing Steel Setter Paving $14.86
Reinforcing Steel Setter, Structure $16.29
Roller Operator, Pneumatic, Self-Propelled $11.07
Roller Operator, Steel Wheel, Flat Wheelrramping $10.92
Roller Operator, Steel Whee l, Plant Mix Pavement $1 I .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 $12 .03
Truck Driver 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 $12 .08
Wagon Drill, Bor ing Machine, Post Hole Driller Operator $14.00
Welder $13 .57
Work Zone Barricade Servicer $10 .09 ---·----···--
REQUEST FOR COMPLIANCE MEMORANDUM FOR M&C PROCESS
ALL INFORMATION TO BE COMPLETED BY REQUESTING DEPARTMENT
\, .
DATE Submitted to MWBE Office: 5 ~ :::,0 -1 0
IS THIS THE ORIGINAL COMPLIANCE SUBMITIAL? Yes fg No 0
IS THIS A COMPLIANCE REVISION? Yes O No t8J. If yes, enter the revision number
IS THIS COMPLIANCE REQUEST FOR A CHANGE ORDER Yes O No~ or AMENDMENT? Yes O No !W
If yes, enter number I~-----' and the applicable D/M/WBE Goal ~I __ /_0 __ 0;._0 _!
If this request is for construction contract compliance, enter Name of Design Firm:
IS THIS REQUEST FOR A CONSTRUCTION COMBINED PROJECT? Yes D No D If yes, provide name of
Pri me Contractor: and name of Water/Sewer Contractor -----------
If no, provide name of Consultant or Contractor G/..hscn i t}:s, o c ;~fey I h,, .
and enter the D/M/WBE Goal j / ~ % j Total Contract Value: $ i 19 1 I <(o . 0 0
t.
_IA,;_;_A__:,/l_.:,(___;6<1.-...lJ_L-_,_S_L_H-/ ___________ EXT.: __ .2.___:.y_,_fs ___ _
Project Manager Name (Please write legible)
If other than PM, please provide Contact Name __________________ and
Ext. to notify when compliance is ready for pick-up or inter-office mail.
MW0-12/2008
FORT WORTH ----....,..---
PRIME COMPANY NAME :
Gibson & Associates, Inc.
PROJECT NAME:
ATIACHMENT 1A
Page 1 of 4
City of Fort Worth
Subcontractors/Suppliers Utilization Form
' 7 ·-_1 .-F i : .., ~.), ,_ .
Check applicable block to describe prime
I M/W/DBE I X I NON-M/W/DBE
Bridge Repair & Repainting@Three Locations (2010-13) BID DATE
February 25, 2010
City's M/WBE Project Goal : I Prime 's M/WBE Project Utilization : PROJECT NUMBER
16% 8.09% GG01-539590-0202003
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form , in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications .
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
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 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Reg ional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business 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.
Rev . 5/30 /03
f ORTWORTH ---...,...--: -J . -: -.) . ,.~ ) -... _ -
ATTACHMENT 1A
Page 2 of 4
Primes are requ ired to identify ALL subcontractors/suppl iers , regard less of status ; i .e ., Minority , Women and non -M/WBEs .
Plea se li st M/WBE fir ms fir st , use add iti o nal sheet s if neces sary .
Certification N
(check one ) 0
SUBCONTRACTO~SUPPLIER n T Detail Detail Company Name i N T
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax r B B T D w
R 0 B E E C T E
A
Ram Tool and Supply Co 1 X Patching $6,300 .00
2220 Carson St. Material
Ft. Worth , TX 76117
214 566-8624
817 759-2799
Walnut Hi ll Paint Co . 1 )( Paint Supplier $56 ,000 .00
2720 Royal Ln.#172
Dallas , TX 75229
972 484-5800
972 484-5706
Cowtown Redi Mix 1 )( Concrete $4 ,000 .00
3401 Bethlehem Ave
Forth Worth , TX 76111
817 759-1919
817 759-1716
American Bar ricade 1 X Traffic Control $3 ,280 .00
Company, Inc .
107 E . Enon Ave .
Everman , TX 76140
817-318 -0003
817 -293-8053
SSI 1 X Epoxy $32 ,000 .00
2900 Marqu ita Dr
Fort Worth, TX 76116
817 731-7890
817 732 -9890
Re v. 5/30/03
-. -. -J3 -)3 -'. 1'"'r>l "'; )? .,.,
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 66,300.00
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 35,280.00
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 101,580.00
ATTACHMENT 1A
Page 4 of 4
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals , officers , employees and applicable
subcontractors/suppliers/contractors participating 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
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements . Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature
President
Title
Gibson & Associates Inc.
Company Name
P .O. Box 800579
Address
Balch Springs, TX 75180-0579
City/State/Zip
William J . Gibson
Printed Signature
Pam Davis
Contact Name/Title (if different)
972-557-1199/972-557-1552
Telephone and/or Fax
pamd@gibsonassoc.net
E-mail Address
March 2 2010
Date
Rev. 5/30/03
FORT WORTH . -. w ~
PRIME COMPANY NAME:
Gibson & Associates , Inc.
PROJECT NAME :
City of Fort Worth
Good Faith Effort Form
Bridge Repair & Repainting@ Three Locations (2010-13)
City 's M/WBE Project Goal : I PROJECT NUMBER
16% GG0 1539590-0202003
ATIACHMENT 1C
Page 1 of 3
Check applicable block to describe
pri me
I MIW/DBE I XI NON -M/W/DBE
BID DATE
Februarv 25 , 2010
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participati on 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
2"a tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Traffic Control Paint Supplier
Concrete Bagged Concrete
Joint Seal
Rev . 05/30/03
ATTACHMENT 1C
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/WBE Office.
_X_Yes
__ No
Date of Listing 02/05/10
3.) 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 mail, exclusive of the day the bids are
opened?
_X_Yes (If yes , attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
__ No
4.) Did you solicit bids from M/WBE firms, within the subcontracti ng 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?
_X_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
plans and specifications in order to assist the M/WBEs?
_X_Yes
__ No
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 necessary, and attach.
Company Name Telephone Contact Person Scope of Work Reason for Rejection
Please see
attached form
Rev . 05/30/03
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
We were unable to achieve 16 % participation on this project. Cowtown Traffic was not low bidder and Roadrunner
Traffic Supply is only a supplier. We received low bid for American Barricades which is in the process of getting
their MWBE certification , but stated it might be end of April before finalized . We did not receive any joint sealing
quotes we solicited for , but we did receive concrete and bagged concrete quotes we are using .
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the 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 of any books, records and
files held by their company that will substantiate the actual work performed 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 work for a period of not less than three
(3) years and for initiating action under Federal, State or Local 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) year.
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 be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
k1L{;l,/;LA -
Authorized Signat=
President
Title
Gibson & Associates. Inc.
Company Name
P.O . Box 800579
Address
Balch Springs, TX 75180 -0579
City/State/Zip
William J . Gibson
Printed Signature
Pam Davis, Contract Administrator
Contact Name and Title (if different)
972-557-1199 972-557-1552
Phone Number
pamd@gibsonassoc.net
Email Address
March 2 2010
Date
Fax Number
Rev. 05/30/03
PART B-PROPOSAL
BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS (2010-13)
TO : DALE A. FISSELER , P.E. FROM : (Bidder's Name)
CITY MANAGER
FORT WORTH , TEXAS IJ,/6$on ~ //»oc.ial~s-, kc
?o 13 c:n< P:00 579
& le-~ >pr /nv , rx 7.:{'/pcJ -<0 5'7'7
'(Address)
For: BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS (2010-13)
T/PW Project No. GG01-539590-0202003
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 C ity 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 Spec
Item Item
No. No.
1. SP
2 . SP
PROP 07-0491-(2)
BRIDGE REPAIR AT THREE LOCATIONS (2010-13)
Approximate
Quantity
Per/Unit
400
600
Description of Bid Item &
Unit Item Prices
Written in Words
SF Concrete Bridge Deck
Repair Class I (B) (Shallow)
_S~'~"~itl~"C~'-~~-.J ___ Do ll ars &
--=Z.=f..=o.o;:.__ ____ Cen ts pe r SF
SF Concrete Bridge Deck
Repair Class II (B) (Mid-
Depth)
_-r'--'-~=~=' T..,_.Y.__ ____ Do ll ars &
_'Z~~~ri..~o ____ Cents per SF
B -I
Unit
Price
$ ,.,.~
$ oo 3o· ..-
Total
Price
•• $ C.,~o ·-
$ 11 1000·~
Pay
Item
No.
3.
4 .
5.
6 .
Spec
Item
No.
SP
SP
104
314
360
SP
104
502
SP
PROP 07-0491-(2)
BRIDGE REPAIR AT THREE LOCATIONS (2010-13)
Approximate Description of Bid Item & Unit
Quantity Unit Item Prices Price
Per/Unit Written in Words
160 LF Cleaning and Sealing Deck $ 1, · ~
Joints (Class 7 Sealant)
tJxt,),3',e:.J Dollars &
"Z.1.11-0 Cents per LF
40 CY Remove and Replace $ "::f "'° • O,!.
Failed Reinforced Concrete
Bridge Approach Slab
!.~o/t,>l \(.....,.oi1.,Q
T4>E.~-rr: Dollars &
e_C~o Cents per CY
60 LF Remove and Replace 7" $ •• 10·-
Concrete Curb
ltr.l Dollars &
'Z.EQ..o Cents per LF ,/?
3~.f'oo· oo
2 EA Remove, Replace and Paint $~
Damaged In Kind Steel
Truss Portal (South and
North end) at South
University Dr. Bridge SB
over Trinity River
1'.Ht l\l"I' ,c-,co.> T riol.4~A>JQ F"°TIJE:
H.,.. ... 011.<a Dollars &
~E".~o Cents per EA
B-2
Total
Price
$ lS1Soo ·~
I
$ •• coo·,_..
$ ":15 ooo , •..!,
Pay Spec
Item Item
No. No.
7 . SP
8 . SP
9 .
10.
BRIDGE REPAIR AT THREE LOCATIONS {2010-13}
Approximate Description of Bid Item & Unit Total
Quantity Unit Item Prices Price Price
Per/Unit Written in Words
1 LS Clean , Prime a nd Paint $1,s-.000 •• $ 1'5°' ooo·
•.!. ......
Steel Superstr uct ure at E . • J
Belknap St. Bridges (EB &
WB ) over BNSF Railroad
o:N(. t(ut,)DCl,£Q U~TY r"tl/G
:ft<ov.SA.,-.,0 Dollars &
"'l.~Po..o Cents per LS
1 LS Clean , Prime and Paint
Steel Superstr ucture
$ •• 43, . .roo· .-•
$ o• -4'3' roo· ..-
(Internal 2 spans) at
Rosedale St. Bridges (EB &
WB ) over Univers ity
Dr./Trinity River/UP
Railroad i:--., ..i ... oJoCl.4:0 ~~U.'tY ,n, ·n1a....5,.,,..,o
~x"~ H.,.o,>oA.&Q Doll ars &
z,s.o Ce nts per LS
20 ,000 SF Multi-Layer Epoxy Concrete $ ~· ?.£ $ 8S-ooo'~
Overlay (2-1/8 " Layers) '
__ f'._c>_v.-'r..~ ___ Do llars &
"t'_w_~_;.~~'l'_f.;_t;:..:..J_;;:~'--Cents per SF
2 EA Project Designation Signs
(Pre -bid Item)
$ 200 .00 $ 400 .00
Two hundred Dollars &
No Ce nt s per EA
Total Bid Section: $ 81«t t-4o ,C>~
PROP 07-0491-(2) B -3
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 C ity 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 furnish ing 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 . 7400 .
The Bidder agrees to begin construction within jQ__ calendar days after issue of the work order ,
and to complete construction within 100 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 ,
Title :
Address: ? <0 • J °2,o l( 11 ~05"79
PROP 07-04 91-(2) B - 4
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 bus iness are outside of the State of Texas) bid projects for
construction , improvements , supplies or services in Texas at an amount lower than the
lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required to underbid a nonresident bidder in order to obtain a comparable contract in the
State in which the nonresident 's principal place of business is located . The appropriate
blanks in Section A must be filled out by all out-of-State or nonresident bidders in order
for your bid to meet specifications. The failure of out-of-State or nonresident contractors
to do so will automatically disqualify that bidder . Resident bidders must check the box in
Section B.
A. Nonresident vendors in ______ (give State), our principal place of business,
are required to be percent lower than resident bidders by State law.
A copy of the Statute is attached .
Nonresident vendors in (give State), our principal place
of business , are not required to underbid resident bidders .
B. Our principal place of business or corporate offices are in the State of Texas. ~
BIDDER:
~ lit )P(1rlv) !' / ')( -,y <fO -&J7 C,
City ' State 1 Zip
· · ..-/I I By : IA./J//1au-r J ·("t t,e,$0~'1
(Please print)
Signature: ~ dA '~
tv1 tu,.._ -G ,i,fo .,,
Title: 7,.,, y:, r,'c.(l~ 11,-/
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
6 - 1
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table 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-5
13. PARKWAY CONSTRUCTION ......................................................................................................... SP-5
14. MATERIAL STORAGE ..................................................................................................................... SP-5
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-6
19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ................... SP-6
20. FINAL CLEAN UP .............................................................................................................................. SP-8
21. SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY ............................................ SP-8
22. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... SP-8
23. SAFETY STANDARDS AND ACCIDENT PREVENTION ........................................................... SP-11
24. SUBSTITUTIONS .............................................................................................................................. SP-12
25. MECHANICS AND MATERIALSMEN'S LIEN ............................................................................ SP-12
26. CONSTRUCTION SCHEDULE ...................................................................................................... SP-12
27. WORK ORDER DELAY .................................................................................................................. SP-12
28. ZONING REQUIREMENTS ............................................................................................................ SP-12
29. WORKING DAYS ............................................................................................................................. SP-12
30. RIGHT TO ABANDON ..................................................................................................................... SP-12
31. CONSTRUCTION SPECIFICATIONS ........................................................................................... SP-12
32. CONTRACT DOCUMENTS ............................................................................................................ SP-13
33. MAINTENANCE STATEMENT ..................................................................................................... SP-13
34. TRAFFIC CONTROL ....................................................................................................................... SP-13
35. DELAY ................................................................................................................................................ SP-13
36. DETOURS AND BARRICADES ...................................................................................................... SP-14
37. DISPOSAL OF SPOIL/FILL MATERIAL ...................................................................................... SP-14
38. QUALITY CONTROL TESTING .................................................................................................... SP-14
39. PROPERTY ACCESS ....................................................................................................................... SP-15
40. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................................... SP-15
41. WATER DEPARTMENT PRE-QUALIFICATIONS ............................. ~········ ............................... SP-16
42. RIGHTTOAUDIT ............................................................................................................................ SP-16
43. CONSTRUCTION STAKES ............................................................................................................. SP-16
44. LOCATION OF NEW WALKS AND DRIVEWAYS ..................................................................... SP-17
45. EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................................ SP-17
46. AIR POLLUTION WATCH DAYS ................................................................................................. SP-18
1/22/2 0 I 0
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-PAY ITEM 15.
NON-PAY ITEM 16.
CLEARING AND GRUBBING ......................................................... SP-18
SPRINKLING FOR DUST CONTROL ............................................. SP-18
PROTECTION OF TREES, PLANTS AND SOILS ........................... SP-18
PROJECT CLEAN-UP ....................................................................... SP-19
PROJECT SCHEDULE ...................................................................... SP-19
NOTIFICATION OF RESIDENTS .................................................... SP-19
PUBLIC NOTIFICATION PRIOR TO
BEGINNING CONSTRUCTION ....................................................... SP-20
SA WCUT OF EXISTING CONCRETE ............................................ SP-20
LOCATION AND EXPOSURE OF MANHOLES
AND WATER VALVES .................................................................... SP-20
TIE-IN INTO STORM DRAIN STRUCTURE .................................. SP-21
SPRINKLER HEAD ADJUSTMENT ................................................ SP-21
FEE FOR STREET USE PERMITS
AND RE-INSPECTIONS ................................................................... SP-22
TEMPORARY EROSION, SEDIMENT AND WATER
POLLUTION CONTROL (FOR DISTURBED AREAS
LESS THAN 1 ACRE) ....................................................................... SP-22
TRAFFIC CONTROL ......................................................................... SP-23
WATER TESTING PAVEMENT ...................................................... SP-24
REMOVE EXISTING TEMPORARY CURB ................................... SP-24
48. CONSTRUCTION PAY ITEMS:
PAY ITEMS I& 2.
PAY ITEM 3.
PAY ITEM 4
PAY ITEM 5.
PAY ITEM 6.
PAY ITEMS 7& 8.
PAY ITEM 9.
PAY ITEM 10.
1/22/2010
CONCRETE BRIDGE DECK REPAIR ............................................. SP-24
CLEANING AND SEALING DECK JOINTS .................................. SP-27
REMOVE AND REPLACE FAILED REINFORCED CONCRETE
APPROACH SLAB ............................................................................. SP-27
REMOVE AND REPLACE 7-INCH CONCRETE CURB ............... SP-29
REMOVE, REPLACE AND PAINT STEEL TRUSS PORTAL. ....... SP-30
CLEAN, PRIME AND PAINT STEEL SUPERSTRUCTURES .......... SP-30
MULTI-LA YER EPOXY CONCRETE
OVERLAY (2-1/8" LAYERS) ........................................................... SP-32
PROJECT DESIGNATION SIGNS (PRE-BID ITEM) ...................... SP-39
SP-2
r
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: BRIDGE REPAIR AND REPAINTING AT THREE LOCATIONS (2010-13)
PROJECT ID: GG01-539590-0202003
1. SCOPE OF WORK : The work covered by these plans and specifications consist of the following
three (3) bridges : E. Belknap Bridges both bound over BNSF railroad ; Rosedale St. Bridges both
bound over University Dr./Trinity River/UP railroad and S. University Dr. Bridge SB over Trinity River.
Work includes the following : repair of concrete bridge deck defects; cleaning and sealing existing
deck joints ; provide a multiple-layer epoxy broadcast overlay to decks; clean, prime and pint steel
superstructure ; replace existing damaged steel truss portal with in kind new portal 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
1/22/2010 SP-3
to later contingencies should be brought to the attention of the City prior to the submission of the
Proposal.
During the construct ion 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.
During construction of this project, the Contractor shall comply with present zoning requ irements of
the City of Fort Worth in the use of vacant property for storage purposes .
5. BID SUBMITIAL: Bidders shall not separate , detach or remove any portion , segment or sheets from
the contract documents at any time . Fa i lure to bid or fully execute contract w ithout 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 Eng ineering .
6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at h is
own expense .
7. SANITARY FACILITIES FOR WORKERS : The Contractor shall prov ide 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 payment (minus 5% retainage ) twice a month for work
completed during the pay periods ending on the 15th and the 30 th day of each month . Checks will be
sent to the contractor within the two (2) week window follow ing each payment per iod . Paymen t 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 spec ific item for bid has been provided fo r 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 f rom 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 part icular
· 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
1/22/2 010 SP-4
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 d imensions shown on the plans relative to existing util it ies
are based on the best information available . It shall be the Contractor's responsib ility to verify
location of adjacent and/or conflict ing utilities sufficiently in advance of construction in order that he
may negotiate 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 ut ilities 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 .
13. PARKWAY CONSTRUCTION : During the construction of this project, it will be required that all
parkways be excavated and shaped at the same t ime 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
obta ined permission from the property City .
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take
adequate measures to protect all ex isting 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 util ities involved and
from ev idences 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 award ing 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 with in plus or minus (±) 25% of the
contract award . The contractor is not entitled to any add itional compensation or renegotiation of
individual pay item bid prices .
17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and ag rees to
indemn ify City's Eng ineer 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 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 ,
1/22/20 10 SP-5
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.
18. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278
as amended by City Ordinance Number 7 400 (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
City 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 opening . 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 audit 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
1/22 /2010 SP-6
commiss ion 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 participating 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 fa ith effort", shall
result in a bid being rendered non-respons ive 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 prior 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 .
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 :
1/22 /2010 SP-7
(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 paving 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 photcis may be taken of existing condit ions 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 serv ices , at no cost to the Owner. All costs for site restoration ,
repair or replacement to private property and documentation shall be considered subsid iary to the
project contract price and no additional payment will be allowed .
22. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
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 ' compensation 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.
1/22/2010 SP-8
Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or
entities perform ing 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 , w ithout 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 , prov iding , haul ing , or delivering equipment or
materials , or providing labor , transportation , 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 report ing of classi fi cation codes and
payroll amounts and filing of any coverage agreements , wh ich meets the statutory requ irements
of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor prov iding services
on the project, for the duration of the project.
c. The Contractor must provide a certificate of coverage to the governmental ent ity 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 per iod , 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 prov ide to the
governmental ent ity :
(1) a cert ificate of coverage , pr ior to that person beg inn ing 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 certificate of
coverage ends during the duration of the project.
f. The Contractor shall reta in all requ ired 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 ma il or personal delivery ,
within ten (10) days after the Contractor knew or shou ld have known , or any change that
materially affects the provision of coverage of any person provid ing 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 prov id ing services on the project that
1/22 /2010 SP-9
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 .
1/22/2010 SP-10
k. The Contractor's failure to comply w ith any of these provis ions 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 prov ide cove rage. 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 , w ithout any
additional words or changes :
"REQUIRED WORKER 'S COMPENSATION COVERAGE
The law requ ires 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 provid ing , hauling , or
delivering equ ipment or materials , or prov iding 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 fa ilure to prov ide 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 appl icable laws , building and construction codes
and the Manual of Acc ident 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 requ irements of Title 29 of the Code
of Federal Regulations , Section 1910 or 1926 as applicable .
b. Exercise every precaution at all times for the prevention of accidents and the protection of
persons (including emp loyees) and property .
The attention of the Contractor is directed to the Requirements (includ ing permitting and record ing) of
the Confined Space Entry Regulations that are under OSHA
1/22 /20 10 SP-I I
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
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 , th is
does not necessarily exclude alternative items or material or equipment 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 representative 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 furnish the
Construction Engineer prior to construction a schedule outlining anticipated time each phase of
construction will begin and be completed, including clean up time
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 zoning 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 within 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 City .
31. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following
published specifications , except as modified by these Special Provisions :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF
FORT WORTH
1/22/2010 SP-12
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 C ity specifications may be purchased at the Office of the Transportation and Public
Works Department , 1000 Throckmorton Street, 2nd Floor , Munic ipal Build ing , Fort Worth , Texas
76102 . The spec ifications appl icable to each pay item are indicated in the call-out for the pay item by
the Engineer. If not shown , then applicable published specifications in either of these documents
may be followed at the discretion of the Contractor. General Prov isions 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 . Fa ilure 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 determ ined by the Assistant D irector 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 cons istent 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 T raffic on Highways ," cod ified as Art icle 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 Eng ineering 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 prov ide material or necessary instructions for
carrying on the work , then such delay will entitle the Contractor to an equivalent extension of t ime , his
appl ication for which shall , however, be subject to the approval of the C ity 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.
1/22/2 01 0 SP -13
36. DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to
create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and
pedestrian traffic 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 barricades shall conform with "1980 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
by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood
plain permit can be issued upon approval of necessary engineering studies. No fill permit is required
if disposal sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced
by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood
Plain fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill
permit, including any necessary engineering studies , shall be at 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 approving the disposal site, upon notification by the Director of Engineering ,
Contractor shall remove the spoil/fill material at its expense and dispose of such materials in
accordance with the Ordinance of the City and this section .
38. QUALITY CONTROL TESTING : The Contractor shall furnish , at its own expense, certifications by a
private laboratory for all materials proposed to be used on the project , including a mix design for any
asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed
stone to be used along with the name of the pit from which the material was taken . The Contractor
shall provide manufacturer's certifications for all manufactured items to be used in the project and will
bear any expense related thereto .
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 testing of on site material on this project will 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
1/22 /2010 SP-14
the City . The failure of the City to make any tests of materials shall in no way relieve the
Contractor of its responsibility to furnish materials and equipment conforming to the requirements
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 otherwise
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, painted yellow with black letters that are
legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power
shovels , drilling rigs, pile drivers , hoisting equipment or similar apparatus . The warning sign shall
read as follows :
"WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT
WITHIN SIX FEET OF HIGH VOLTAGE LINES."
b. Equipment that may be operated within ten feet of high voltage lines shall have an insulating
cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the
lift hood connections .
c. When necessary to work within six feet of high voltage electric lines, notification shall be given the
power company (TU Electric Service Company) which will erect temporary mechanical barriers,
de-energize the line or raise or lower the line. The work done by the power company shall not be
at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log
of all such calls to TU Electric Service Company and shall record action taken in each case .
d. The Contractor is required to make arrangements with the TU Electric Service Company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense .
e. No person shall work within six feet of a high voltage line without protection having been taken as
outlined in Paragraph (c).
1/22 /2 010 SP -15
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 with 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 d irectly 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 subsection
(c) hereof. City shall give subcontractor reasonable advance notice of intended audits .
c. Contractor and subcontractor agree to photocopy such documents as may be requested by the
City . The City agrees to reimburse Contractor for the cost of copies as follows:
(1) 50 copies and under
(2) More than 50 copies
$0 .10 per page .
$0 .85 for first page plus $0 .15 for each page thereafter.
d. "Contractor agrees that the City shall, until the expiration of three (3) years after final payment
under this contract have access to and the right to examine any directly pertinent books ,
documents , papers and records of such subcontractor, involving 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 utility construction (water, sanitary sewer ,
drainage , etc .), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter
1/22 /2010 SP-16
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 Engineer, a sufficient number of stakes or markings provided by the City 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 Profess ional 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 .
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.
1/22/2010 SP-17
e. If the Contractor fails to prov ide an acceptable schedule or fails to perform satisfactorily a second
time prior to the completion of the contract , the bonding company will be notified 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 , with in the Metroplex area , runs from May 1, through
OCTOBER 31 , with 6 :00 a .m . -10 :00 a.m . be ing 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 Env ironmental Quality (TCEQ), in coord ination with the National Weather
Service , will issue the Air Pollution Watch by 3:00 p .m. on the afternoon prior to the WATCH day . On
designated Air Pollution Watch Days , the Contractor shall bear the responsibil ity of being aware that
such days have been designated A ir 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 des ignated Air Pollution Watch Day , that day w il l 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 w ithin 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 inc idental to this contract.
NON-PAY ITEM 3: PROTECTION OF TREES, PLANTS AND SOIL: All property a long and
adjacent to the Contractor's operat ions includ ing lawns , yards , shrubs , trees, etc . shall be preserved
or restored after completion of the work to a condition equal or better than ex isted prior to start of
work .
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
1/2 2/2010 SP-18
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 pruning 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 maintaining
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.
1/22/2 010 SP-19
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
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 within 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 adBition , a copy of the flyer shall be delivered 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.
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 responsib ility 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 ut ilities 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 :
1/22 /2010 SP-20
Company
SBC -Telephone
TXU Electric Delivery:
Downtown
Other than Downtown
Atmos Energy-Despatch
CFW -Street Light
CFW -Light Signal
CFW -Pavement Marking
CFW -Storm Drain
CFW-Water
CFW-Sewer
Telephone Number
817-338-6202
214-384-3732 Cell
817-215-6424
817-215-6688
1-800-460-3030
817-392-7738
817-392-2538
817-392-2535
817-392-8107
817-392-5196
817-212-2699
817-925-2360 Cell
817-212-2699
817-944-8399 Cell
Contact Person
Mr. Gary Tillory
Mr. Scott King
Mr. Robert Martinex
Mr. James Turner
Mr. Frank Brock
Mr. Monte Wilson
Mr. Chuck Snyder
Mr. Rodney Smithey
Mr. Roger Hauser
Mr. Rick Davis
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 .
1/22/2010 SP-21
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):
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 grubbing, 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
finish 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.
1/22 /2010 SP-22
(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 adjacent to live streams , such
areas shall be separated from the stream by a dike or other barrier to keep sediment 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. SU BM ITT AL: 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-erosion control on construction and haul roads and material sources
and his plan for disposal of waste materials . No work shall be started until the soil-erosion
control schedules and methods of operations have been reviewed and approved by the
Engineer.
d. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide
temporary erosion 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 Contractor will be required to obtain a "Street
Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required.
The Contractor shall be responsible for providing traffic control during the construction of this project
consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control
Devices for Streets and Highways," issued under the authority of the "State of Texas Uniform Act
Regulating Traffic on Highways ," codified as Article 6701d Vernon's Civil 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 Engineer 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
established in the Notice to the Contractor.
1/22/2010 SP-23
The Contractor w ill not remove any regulatory s ign , instructional sign , street name sign or other sign ,
wh ich has been erected by the City . If it is determined that a s ign must be removed to permit
required 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 prior to the
removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet
the required specifications , the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the permanent sign
can be reinstalled , the Contractor shall again contact the S igns and Markings Divis ion to reinstall the
permanent sign and shall leave his temporary sign in place until such reinstallation is completed .
Work shall not be performed on certa in locations/streets during "peak traffic per iods " as determination
by the City Traffic Engineer and in accordance w ith the appl icable provis ion of the "C ity of Fort Worth
Traffic Control Handbook for Construction and Maintenance Work Areas ."
NON-PAY ITEM 15: WATER TESTING PAVEMENT: The Contractor shall test all proposed
paving for water ponding . If ponding in any spot exceeds ~". the Contractor shall replace affected
pavement or provide other approved modifications (grinding , etc.) so that no ponding areas exceed a
maximum of~" 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 repaired at the cost of the Contractor. Removing existing temporary curb shall be subsidiary to
"Removing Metal Beam Guard Fence ".
48. CONSTRUCTION PAY ITEMS :
PAY ITEMS 1 & 2: CONCRETE BRIDGE DECK REPAIR:
a. DESCRIPTION:
1/22/2 010
This Item shall govern for the repa ir 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 m id-depth repair where damage extends to , or slightly below , the top
mat of reinforcing steel ;
for full depth repa ir.
SP-24
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 serv ice 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 wh ile a full depth repair where opening to traffic can be delayed is class ified
as a Class Ill (C) repa ir.
b. MATERIALS: All materials shall conform to the pertinent requ irements of the following
1/22/201 0
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
batches for proprietary repair materials may be required to verify that the compressive
strengths specified herein are obtained . Proprietary repair materials shall be cert ified 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 ps i.
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 C lass I repa irs
SP-2 5
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 Adm ixtures ".
Coarse Aggregate . Coarse aggregate shall be a crushed or broken aggregate confo rming to
Section 439 .2(1)(b), "Coarse Aggregate " of TxDOT's specification . 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.
Proportioning 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
around the entire perimeter of the patch area using lightweight chipping hammers to provide
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 Ill). When a repair involves multiple depths ,
the areas for each class will be measured separately.
1/22 /2 010 SP-26
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 ITEM 3: CLEANING AND 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 cons ist 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 materia l. 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 to TxDOT
specification 433 .2(4), "Backer Rods and Backing Materials". Sealant shall be depressed W
from any riding surface . Measurement will be made by linear feet (LF) of joints sealed .
Payment will be made by the unit pr ice 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 ITEM 4: REMOVE AND REPLACE FAILED REINFORCED CONCRETE BRIDGE
APPROACH SLAB: This item shall include the removal and replacement of all failed reinforced
concrete approach slab and replacing with a minimum of 7-inches (to be matched with existing
pavement thickness) or as designated by the Construction Engineer with same day haul-off of the
removed material to a suitable dumpsite in a manner satisfactory to the Construction Engineer.
For specifications governing this item, see City Standard City Specifications , Item No. 104
"Removing Old Concrete", and Item No . 314 "Concrete Pavement" and Item No . 360 "Concrete
Pavement" (enclosed) shall apply .
1/22 /2010 SP -27
In addition , this item includes removing failed jo int material and replacing with new joint material
and new silicone joint sealant. Joint material and silicone joint sealant shall be in accordance
with the enclosed technical spec ification "Silicone Joint Sealing for Concrete Pavement" and joint
details .
For situations where extensive slab replacement is next to existing deteriorated or damaged curb,
the contractor shall replace both slab and curb. The Engineer shall determine locations of curb
replacement. Payment for slab replacement shall be addressed under this pay item , and curb
replacement shall be paid under Pay Item No . 5 Remove and replace 7-inch Concrete Curb .
Contractor must remove existing failed pavement in a manner that subgrade is not disturbed.
Contractor must re-compact subgrade and areas re-compacted shall have a uniform density not
less than 95% of maximum density (ASTM D-698). In place density test per each repaired
surface area shall be undertaken . The guidelines for compacting, per standard specification Item
No. 202 , "Rolling ", may be waived due to physical construction restrictions . Engineer may accept
other compaction methods . Payment for compacting , including labor and equipment, shall be
subsidiary to this Pay Item .
If in the process of removing failed concrete pavement, it is revealed that the subgrade , even
after attempts to compact and re-shape, is not meeting requirements of standard specification
Item No. 204 "Subgrade Preparation ", and is exhibiting severe ruts and poor material composition
that can not be manipulated and compacted , the Contractor shall remove 6-inches of top
subgrade and replace with flexible base . The cost of remov ing and disposing of subgrade and
placing of flexible base shall be subsidiary to this Pay Item .
If failed concrete pavement has a depth that is less than ?-inches (distance between top of new
pavement surface and re-compacted subgrade surface), the Contractor shall remove excess
subgrade material. Subgrade must be re-shaped and re-compacted to allow replaced 9-inches
thick concrete pavement section . Cost of removing and proper disposal of excess excavated
material shall be subsidiary to this Pay Item .
The concrete shall be designed to include a minimum of 6 sacks of Type I, or Type Ill cement.
The maximum water cement ratio shall not exceed 5 .5 gallons per sack . A Type A water-
reducing admixture and a Type C non-chloride set-accelerating admixture may be used with
minimum 5.5 sacks of type I or Type Ill cement to achieve the earliest possible concrete-setting
times . The use of a set-retarding admixture will not be permitted . The concrete shall be
designed to achieve a minimum compressive strength of 3000 pounds per square inch in seventy
two (72) hours . Concrete pavement may be opened to traffic as long as the minimum
compressive strength requirement of 3000 pounds per square inch has been met. If the concrete
fails to reach the required 72-hour strength , the Engineer may direct that the concrete be
redes igned as necessary to meet these requirements .
1/22 /2 010 SP-28
Slump shall not exceed 3 inches. An entrained air content of three (3) to six (6) percent , as
directed by the Engineer, shall be provided . The fine aggregate shall have fineness modules of
2 .60 to 2 .80. All admixtures used shall conform to the requirements of standard specifications
Item No. 314, "Concrete Pavement" except that the Type C set-accelerating admixture may
require addition, at the job site , when the temperature of the concrete is above 55 °F. Either
transit-mix or central-mix concrete will be permitted.
Existing concrete pavement shall be sawed full depth . Reinforcing bars (No . 3 @ 18" OCBW),
dowels and tie bars shall be placed as shown on the enclosed joint details . All concrete
pavement not placed by hand shall be placed using a fully automated paving machine as
approved by the Engineer. Screeds will not be allowed except if approved by the Engineer.
Actual measured material in cubic yards , in place , shall be the basis for payment. Payment shall
be full compensation for labor , material and equipment use.d , at the locations determined by the
Engineer.
PAY ITEM 5: REMOVE AND REPLACE 7-INCH CONCRETE CURB: This item includes the
replacement of concrete curb where extensive slab replacement is required next to existing
deteriorated or damaged curb with same day haul-off of the removed material to a suitable
dumpsite . The contractor shall replace both slab and curb . The Engineer shall determine
locations and limits of curb replacement.
Standard specification Item No . 104 "Removing Old Concrete", and Item No .502 , "Concrete Curb
and Gutter", shall apply except as follows : Integral curb shall be constructed along the edge of
the pavement as an integral part of the slab and of the same concrete as the slab. The concrete
for the curb shall be deposited no more than thirty (30) minutes after the concrete in the slab is
placed . In situations where only curb replacement is called for , new slab and curb shall be
drilled into existing pavement per detail sheet. Concrete slab shall be paid for under Pay Item
No. 4 , and curb shall be paid under this pay item .
The Contractor shall backfill behind the curb at finishing grade within seven (7) calendar days of
pouring the curb. Top soil as per specification Item No . 116 "Top Soil", if needed , shall be added
and leveled to grade behind the curb. Cost of back filling, top soil, and grading behind curb shall
be included in this pay item .
Existing improvements within the parkway such as water meters , sprinkler system, etc., if
damaged during construction , shall be replaced with same or better at no cost to the City .
Required backfilling and finishing grade behind the curb shall be completed in order for the curb
to be accepted and measured as completed .
The unit price bid per linear feet will be full compensation for all labor, materials , equipment,
tools, and incidentals necessary to complete the work .
1/2 2/2010 SP-29
PAY ITEM 6 :REMOVE, REPLACE AND PAINT STEEL TRUSS PORTAL: This item shall be
completed in accordance with Items 441 & 442 of the Texas Department of Transportation 's ,
Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges.
a. DESCRIPTION: The damaged North and South end steel truss portal of S . Un iversity Dr.
SB bridge should be replaced with in kind portal. For details of portal see Appendix 'D'.
Replaced portals should be painted Essex green or an equivalent color subject to
Engineer's approval. For painting follow specification for Pay Item no . 7 -'Clean, Prime ,
and Paint Steel Superstructure' of this contract. This location should need special traffic
control device (electronic message board , arrows etc) for closure of bridge (overnight
only) which is subsidiary to this Pay Item .
b. MEASUREMENT: The measurement of steel truss portal will be made per each of the
portal to be replaced .
c. PAYMENT: Payment will be made by the unit price bid for this Pay Item . This price shall
be full compensation for all materials, tools, labor, equipment, traffic control and
incidentals required to perform the work described .
PAY ITEMS 7 & 8: CLEAN, PRIME, AND PAINT STEEL SUPERSTRUCTURE:
a. DESCRIPTION: This Item will cover surface preparation , existing paint removal and
repainting of steel superstructure of bridge.
b. MATERIALS: All paints are required to comply with TxDOT SPEC . D-9-8100 and shall be
purchased in open market. Approved materials are :
(1) Sherwin-Williams rust penetrating Macropoxy 920 Preprime B58T101/B58V1,
(2) Sherwin-Williams Recoatable Epoxy Primer B67 A5/B67V5 ,
(3) Sherwin-Williams Hi-Solids Polyurethane B65 300 Series/B60V30 paint, and
(4) Approved Equals
c. CONSTRUCTION METHODS: Methods of surface preparation and repainting will be in
accordance with Items 446 of the Texas Department of Transportation 's , Standard
Specification for Construction and Maintenance of Highways, Streets, and Bridges.
1/22 /2010
Cleaning. Contractor shall hand remove all loose corrosion to steel, primer and paint.
Concrete columns and footings to which railings are attached , shall also be cleaned of rust
stains and road oils.
Cleaning of Steel Structures . All steel surfaces to be treated under this contract shall first
be power washed at a minimum of 3000 psi and 3-4 gpm water to remove foreign materials.
Any paint placed on the surrounding concrete shall be removed immediately. Rigging and
SP-30
1/22/2010
scaffolding shall be sufficient to make all of the work readily accessible for proper
performance of cleaning and painting operations as well as proper inspection and
measurement by the Engineer or his representative prior to and after each application of
surface treatments . Contractor will be required to meet the rules and regulations for worker
safety in a leaded environment.
Contractor, at his expense, shall exercise the necessary precautions to contain refuse , dust
and paint overspray generated during cleaning and painting operations . Containment shall
be such that all falling material is completely contained and collected daily and stored in
appropriate containers at a site approved by the Engineer. Hazardous and non-hazardous
refuse will be stored separately. Disposal of collected non -hazardous refuse shall be at the
Contractor's expense and in accordance with Federal , State and local rules and regulations .
The Contractor is responsible for the security of the refuse until disposal is completed .
Materials containing leachable hazardous metals shall be disposed of as in accordance with
Federal , State and local rules and regulations, at the Contractor's expense .
Paint Removal and Disposal . The Contractor is responsible for compliance with applicable
Federal and State regulations and industry standards when performing the work of paint
removal, handling and disposal , including but not limited to :
(1) Removal of Lead Coatings : ANSI Z88 .2, 29 CFR 1910, 29 CFR 1926 , 30 TAC 106 ,
and 30 TAC 111 .
(2) Identification and Classification of Wastes: 40 CFR 260-262, and 30 TAC 335
(3) Transportation and Disposal of Lead Materials : 40 CFR 263 , 40 CFR 268 , 49 CFR
171-173, 49 CFR 178, and 30 TAC 335 .
(4) Nuisance : 30 TAC 101
(5) Dry Abrasive Cleaning : 30 TAC 106.452
(6) Other Sources : 30 TAC 111 .111 (a) (8)
The Contractor is responsible for the control of waste material generated during the Project.
The Contractor shall utilize a shroud/tarp in a manner that protects the surrounding
environment and collects all waste material generated at the site . The type of shroud/tarp is
to be approved of in advance, prior to use . Any shroud/tarp used during the Project shall be
free of holes or tears and shall be anchored to the bridge . If one or more shrouds/tarps are
utilized in series the seams shall overlap . Waste material shall be removed from the
shroud/tarp frequently and waste material shall be stored in DOT approved 55-gallon steel
drums .
Waste generated from the Project shall be stabilized using Portland Cement Concrete , (Item
# 408, City Specs) in order to reduce leaching from the waste. By stabilizing in waste
material , the resulting material should gain a Non-Hazardous Waste classification . All waste
shipment manifests must be reviewed, approved , and signed by a City representative . The
disposal site is to be approved of by the City , prior to any shipments.
SP-31
Steel Primer and Paint.: One (1) coat of Sherwin-Williams rust penetrating Macropoxy 920
pre-prime B58T101/858V1 , or approved equal, shall be applied 2.0 mils OFT over ent ire steel
surface . An additional coat or Sherwin-Williams Re-coatable Epoxy Primer 867 A5/B67V5, or
approved equal , shall be applied 6.0 mils OFT to areas where bare metal is exposed . Two (2)
coats of Sherwin-Williams HI-Solids Polyurethane 865 300 Series/860V30 paint , or approved
equal , shall be applied over primed surfaces at 3.0 to 4 .0 mils DFT each coat. Color shall be
Light Grey and subject to approval of Engineer. The complete coating system sha ll be
supplied by the same manufacturer and applied in accordance with manufacturer's
specifications . If, after the final prime coat and before the appearance coat has been applied ,
time has lapsed such that road film f rom rain or other occurrences have contaminated the
primed surface , the entire primed surface of the structure will be pressure washed using a
biodegradable detergent and flushed with clean fresh water and thoroughly dried before
application of the appearance coat. The Contractor shall secure from the paint manufacturer
labor form LSB-OOS-4 , "Materials Safety Data Sheet" for each of the coatings to be used on
this project.
d. MEASUREMENT: Bridge Painting will be paid lump sum .
e. PAYMENT: The work performed and materials furnished in accordance with this item and
measured as provided under "Measurement" will be pa id for at the unit price bid for bridge
painting as specified . This price shall be full compensation for all materials, labor ,
equipment , supervision, and related services.
PAY ITEM 9: MULTI-LAYER EPOXY CONCRETE OVERLAY (2-1/8" LAYERS):
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.
1/22/2 010
(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
0.2% moisture), and free of dirt, clay , asphalt , and other organic materials. Use
aggregate that conforms to the gradation specified in Table 1.
SP-32
Table 1
A t G d r 1ggrega e ra a1on
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 equ1re rope 1es or axe , rt· f M" d U ncure dE poxy s · d m er
Property Requirement Test Method
Viscosity(neat) 7-70 poise Tex-614-J
Gel Time(neat) 15 min . minimum Tex-614-J
Absorption in 24 hrs 1% maximum ASTM D 570
Table 3
Required Properties for Cure Epoxy Binder
Property Required Test Method
Value
Compressive Strength at 5 hrs. 1,000 psi Tex-618J
Minimum
Modulus of Elasticity 13,000 psi ASTM D 638 Type 1
maximum
Resilience at 48 hrs(neat) 70% Tex-618-J
minimum
1/22/2010 SP-33
Tensile Strength at 7 days 1,800-5 ,000 psi Tex-618-J
Compressive Strength at 48 hrs . 3,000 psi Tex-618 -J
minimum
Bond Strength (neat) 250 psi 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 with a 3/8 blade and a force of 45 lb
will 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 using 2-
3/4 parts standard sand per
4800 psi minimum ASTM C 778 , No . 20 -30 U.S.
at 24 hours Standard Sieve per one volume
part of mixed 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
Determ ine results after 9 cycles per one volume part of mixed
epoxy .
1/22 /2010 SP-34
c. EQUIPMENT: Use shot blasters (steel , sand or grit) or other surface preparation method
capable of removing deteriorated concrete, laitance , grease, dirt, oil and other contaminants
that inhibit bond of the overlay . Do not use scarifiers, scabblers , or milling machines for
surface preparation . An automated epoxy distribution system, an aggregate spreader, a
broom, and a self-propelled sweeper broom or vacuum truck are preferred in all applications .
The distribution system or distributor must accurately blend the epoxy components and
uniformly and accurately apply the epoxy materials at the specified rate to the bridge 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 submit the methods of
application attested by the manufacturer to the Engineer.
d. CONSTRUCTION:
1/22 /2010
(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 equ ipment 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
SP-35
1/22/2010
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.
(b) Quality Control. If the cleaning 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 04263) or other approved methods . Cleaning operations will 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 condition , and agree that the deck is appropriate for the
overlay before the overlay can be applied .
SP-36
1/22/2010
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 init ial cleaning shall be removed . All courses shall be applied following 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
environmental and project site conditions. Traffic shall not be permitted 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 representative will then submit a letter to the Engineer attesting to the
quality of the Contractor's procedure of work.
Do not place epoxy concrete overlay materials when weather or surface cond itions do not
allow the material to be properly handled, placed, and cured within the specified
requirements of traffic control. Do not place epoxy concrete overlay on hydraulic cement
concrete that is less than 28 days old .
The overlay application consists of repetition of two distinct steps: epoxy binder
application and aggregate broadcasting . The min imum 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 m ixture has
been prepared for the epoxy overlay, apply it immediately and uniformly 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 1 O min . Apply the
dry aggregate in a manner to cover the epoxy mixture completely within 5 min. of
applying the epoxy . Remove and replace first-course applications that do not receive
enough aggregate prior to gelling . A second course insufficiently covered with aggregate
may be left in place but will require additional applications before opening to traffic . Place
breaks between adjacent overlay application areas at lane lines only. Cure each course
of epoxy concrete overlay until vacuuming or brooming can be performed without tearing
or damaging the surface . Do not permit traffic or equipment on the overlay surface
during curing . After the first course is cured, remove all loose aggregate by vacuuming or
brooming , and apply the next course to completion . Do not begin brooming the excess
aggregate from any course of the overlay until the overlay has cured sufficiently that
SP -37
Course
1
2*
1/22/2010
brooming will not damage the surface . Do not open the first course to traffic w ithout the
approval or the Engineer 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 van .~rnrega e pp1ca 10n a es dA t A r f Rt
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". m1mum urmg 1mes or veray C . T" f O 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. if the air temperature falls below 60°F during curing.
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 for 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,
SP-38
(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 paid in accordance with Item 780 , "Epoxy Injection ."
PAY ITEM 10: PROJECT DESIGNATION SIGNS (PRE-BID ITEM): The Contractor shall construct
and install Project Designation Signs and it will be the responsibility of the Contractor to maintain the
signs in a presentable condition at all times on each project under construction . Maintenance will
include painting and repairs as directed by the Engineer.
It will be the responsibility of the Contractor to have the individual project signs lettered and painted in
accordance with the enclosed detail. The quality of the paint , painting and lettering on the signs shall
be approved by the Engineer. The height and arrangement of the lettering shall be in accordance
with the enclosed detail. The sign shall be constructed of %" fir plywood , grade A -C (exterior) or
better. These signs shall be installed on barricades or as directed by the Engineer and in place at the
project site upon commencement of construction .
The work , which includes the painting of the signs , installing and removing the signs , furnishing the
materials , supports and connections to the support and maintenance shall be to the satisfaction of the
Engineer.
The unit price bid per each will be full payment for materials including all labor, equipment, tools and
incidentals necessary to complete the work .
1/22/2010 SP-39
ITEM 360
CONCRETE PAVEMENT
360.1. Description. Construct hydraulic cement concrete pavement with or without curbs on the concrete
pavement.
360.2. Materials.
A. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421,
"Hydraulic Cement Concrete," except that strength over-design is not required . Provide Class P
concrete designed to meet a minimum average flexural strength of 570 psi or a minimum average
compressive strength of 3,500 psi at 7 days or a minimum average flexural strength of 680 psi or a
minimum average compressive strength of 4,400 psi at 28 days. Test in accordance with Tex-448-A or
Tex-418-A .
When shown on the plans or allowed, provide Class HES concrete for very early opening of small
pavement areas or leave-outs to traffic . Design Class HES to meet the requirements of Class P and a
minimum average flexural strength of 400 psi or a minimum average compressive strength of 2 ,600 psi
in 24 hr ., unless other early strength and time requirement s are shown on the plans or allowed . No
strength over-design is required. Type III cement is allowed for Class HES concrete .
Use Class A or P concrete for curbs that are placed separately from the pavement. Provide concrete
that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix
design and mix design slump.
B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement in accordance with
Item 440 , "Reinforcing Steel." Provide approved positioning and supporting devices (baskets and
chairs) capable of securing and holding the reinforcing steel in proper position before and during
paving. Provide corrosion protection when shown on the plans .
1. Dowels. Provide smooth, straight dowels of the size shown on the plans , free of burrs, and
conforming to the requirements of Item 440, "Reinforcing Steel." Coat dowels with a thin film of
grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each
dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material
with enough range of movement to allow complete closure of the expansion joint.
2. Tie Bars. Provide straight deformed steel tie bars . Provide either multiple-piece tie bars or single-
piece tie bars as shown on the plans . Provide multiple-piece tie bars composed of2 pieces of
deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of
125% of the design yield strength of the deformed steel when tensile-tested in the assembled
configuration . Provide a minimum length of33 diameters of the deformed steel in each piece. Use
multiple-piece tie bars from the list of "Prequalified Multiple Piece Tie Bar Producers" maintained
by the Construction Division, or submit samples for testing in accordance with Tex-711-1.
C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650,
"Hydraulic Cement Concrete Curing Materials and Evaporation Retardants ." Provide SS-1 emulsified
asphalt conforming to Item 300, "Asphalts, Oils, and Emulsions ," for concrete pavement to be
overlayed with asphalt concrete under this Contract unless otherwise shown on the plans or approved.
Provide materials for other methods of curing conforming to the requirements of Item 420, "Concrete
Structures ."
D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives ," for
installing all drilled-in reinforcing steel.
E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650 , "Hydraulic Cement
Concrete Curing Materials and Evaporation Retardants ."
F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless
otherwise shown on the plans or approved and other sealant materials of the size, shape, and type
shown on the plans in accordance with DMS-6310 , "Joint Sealants and Fillers ."
360.3. Equipment. Furnish and maintain all equipment in good working condition . Use measuring,
mixing, and delivery equipment conforming to the requirements of Item 421, "Hydraulic Cement
Concrete." Obtain approval for other equipment used.
A. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving
equipment that uniformly distributes the concrete with minimal segregation and provides a smooth
machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an
approved automatic grade control system on slip-forming equipment. Provide approved mechanically
operated finishing floats capable of producing a uniformly smooth pavement surface . Provide
equipment capable of providing a fine, light water fog mist.
Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete .
Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform
vibration and consolidation of the concrete over the entire width and depth of the pavement and in
accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at
a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion
vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not
covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-
mounted immersion vibrators . Provide tachometers to verify the proper operation of all vibrators .
For small or irregular areas or when approved, the paving equipment described in this Section is not
required .
B. Forming Equipment.
1. Pavement Forms. Provide metal side forms of sufficient cross-section, strength, and rigidity to
support the paving equipment and resist the impact and vibration of the operation without visible
springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could
affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of
I 00-ft. radius or less .
2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform
to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter."
C Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and
positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment
in accordance to plan details.
D. Texturing Equipment.
1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system.
Provide a single piece of carpet of sufficient transverse length to span the full width of the
pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact
with the concrete being placed to produce the desired texture . Obtain approval to vary the length
and width of the carpet to accommodate specific applications. Use an artificial grass-type carpet
having a molded polyethylene pile face with a blade length of 5/8 in . to I in., a minimum weight
of70 oz. per square yard, and a strong, durable, rot-resistant backing material bonded to the
facing.
2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to
6-in. steel tines and with cross-section approximately 1/32 in . thick by 1/12 in. wide, spaced at
1 in ., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be
used only on small or irregularly shaped areas or, when permitted, in emergencies due to
equipment breakdown.
E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using
mechanically pressurized spraying equipment with atomizing nozzles . Provide equipment and controls
that maintain the required uniform rate of application over the entire paving area. Provide curing
equipment that is independent of all other equipment when production rates are such that the first
application of membrane curing compound cannot be accomplished immediately after texturing and
after free moisture has disappeared . Hand-operated pressurized spraying equipment with atomizing
nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to
equipment breakdown .
F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans .
Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate
illumination for nighttime sawing .
G. Grinding Equipment. When required , provide self-propelled powered grinding equipment that is
specifically designed to smooth and texture concrete pavement using circular diamond blades . Provide
equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each
pass without damaging the concrete .
H. Testing Equipment. Provide testing equipment regardless ofjob-controJ testing responsibilities in
accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise shown in the plans or
specified .
I. Coring Equipment. When required , provide coring equipment capable of extracting cores in
accordance with the requirements ofTex-424-A.
J. Miscellaneous Equipment. Furnish both I 0-ft . and 15-ft. steel or magnesium long-handled standard
straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and
inspection operations . Furnish date stencils to impress pavement placement dates into the fresh
concrete, with numerals approximately 2 in. high by I in . wide by 1/4 in . deep .
360.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over m inor
subgrade or base high spots while maintaining clearances and drainage . Maintain subgrade or base in a
smooth, clean, compacted condition in conformity with the required section and established grade until the
pavement concrete is placed . Keep subgrade or base damp with water sufficiently in advance of placing
pavement concrete . Adequately light the active work areas for all nighttime operations . Provide and
maintain tools and materials to perform testing.
A. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before
beginning pavement construction operations . Include details of all operations in the concrete paving
process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening,
leave-outs, sawing, inspection, testing, construction methods, other details and description of all
equipment. List certified personnel performing the testing . Submit revisions to the paving and quality
control plan for approval.
B. Job-Control Testing. Unless otherwise shown on the plans, perform all fresh and hardened concrete
job-control testing at the specified frequency . Provide job-control testing personnel meeting the
requirements ofltem 421, "Hydraulic Cement Concrete ." Provide and maintain testing equipment,
including strength testing equipment at a location acceptable to the Engineer. Use of a commercial
laboratory is acceptable . Maintain all testing equipment calibrated in accordance with pertinent test
methods . Make strength-testing equipment available to the Engineer for verification testing .
Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given
the opportunity to witness. Furnish a copy of all test results to the Engineer daily . Check the first few
concrete loads for slump, air, and temperature on start-up production days to check for concrete
conformance and consistency . Sample and prepare strength test specimens (2 specimens per test) on
the first day of production and for each 3 ,000 sq . yd . or fraction thereof of concrete pavement
thereafter . Prepare at least I set of strength-test specimens for each production day . Perform slump, air ,
and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure
that concrete is consistently within the temperature requirements. The Engineer will direct random job-
control sampling and testing. Immediately investigate and take corrective action as approved if any
Contractor test result, including tests performed for verification purposes, does not meet specification
requirements.
When job-control testing by the Contractor is waived by the plans, the Engineer will perform the
testing; however, this does not waive the Contractor's responsibility for providing materials and work
in accordance with this Item .
1. Job-Control Strength. Unless otherwise shown on the plans or permitted by the Engineer , use
7-day job-control concrete strength testing in accordance with Tex-448-A or Tex-418-A.
For 7-day job-control by flexural strength, use a flexural strength of 520 psi or a lower job-control
strength value proven to meet a 28-day flexural strength of 680 psi as correlated in accordance
-
2.
with Tex-427-A. For 7-day job-control by compressive strength, use a compressive strength of
3,200 psi or a lower job-control strength value proven to meet a 28-day compressive strength of
4,400 psi as correlated in accordance with Tex -427-A.
Job contro l of concrete strength may be correlated to an age other than 7 days in accordance with
Tex-427-A when approved . Job-contro l strength of Class HES concrete is based on the required
strength and time.
When a job-control concrete strength test value is more than I 0% below the required job-control
strength or when 3 consecutive job-control strength values fall below the required job-control
strength, investigate the strength test procedures, the quality of materials, the concrete production
operations, and other possible problem areas to determine the cause . Take necessary action to
correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend
concrete paving if the Contractor is unable to identify, document, and correct the cause of low
strength test values in a timely manner. If any job-control strength is more than 15% below the
required job-control strength, the Engineer will evaluate the structural adequacy of t he pavements.
When directed, remove and replace pavements found to be structurally inadequate at no additional
cost.
Split-Sample Verification Testing. Perform split-sample verification testing with the Engineer on
random samples taken and split by the Engineer at a rate of at least I for every IO job-control
samples. The Engineer will evaluate the results of split-sample verification testing. Immediately
investigate and take corrective action as approved when results of split-sample verification testing
differ more than the allowable differences shown in Table I, or when the average of IO job-control
strength results and the Engineer's split-sample strength result differ by more than 10%.
Table 1
V 'fi f T f L' 't en tea ton es m l! tmt S
Test Method Allowable Differences
Temperature Tex-422 -A 2°F
Slumo , Tex-415-A I in .
Air content, Tex-414-A or Tex-416-A 1%
Flex ural strength , Tex-448-A 19%
Comoressi ve strength Tex-418-A 10%
C. Reinforcing Steel and Joint Assemblies . Accurately place and secure in position all reinforcing steel
as shown on the plans . Place dowels at mid-depth of the pavement slab, parallel to the surface . Place
dowels for transverse contraction joints parallel to the pavement edge . Tolerances for location and
alignment of dowels will be shown on the plans . Stagger the longitudinal reinforcement splices to
avoid having more than 1/3 of the splices within a 2-ft . longitudinal length of each lane of the
pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction
joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal construction joints
develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days.
Test 15 bars using ASTM E 488, except that alternate approved equipment may be used. All 15 tested
bars must meet the required pullout strength . If any of the test results do not meet the required
minimum pullout strength , perform corrective measures to provide equivalent pullout resistance .
Repair damage from testing. Acceptable corrective measures include but are not limited to installation
of additional or longer tie bars .
1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking
support chairs . Tie all splices with wire.
2. Mechanical Placement. If mechanical placement of reinforcement results in steel misalignment
or improper location, poor concrete consolidation, or other inadequacies, complete the work using
manual methods.
D. Joints. Install joints as shown on the plans . Joint sealants are not required on concrete pavement that is
to be overlaid with asphaltic materials . Clean and seal joints in accordance with Item 438 , "Cleaning
and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)." Repair excessive spalling of the
joint saw groove using an approved method before installing the sealant. Seal all joints before opening
the pavement to all traffic. When placing of concrete is stopped , install a rigid transverse bulkhead ,
accurately notched for the reinforcing steel and shaped accurately to the cross-section of the pavement.
1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement
joints, complete and place the assembly at the required location and elevation with all parts rigidly
secured in the required position . Accurately notch joint materials for the reinforcing steel.
2. Transverse Construction Joints.
a. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal
reinforcement throu gh the bulkhead when shown on the plans . Protect the reinforcing steel
immediately beyond the construction joint from damage , vibration, and impact .
b. Concrete Pavement Contraction Design (CPCD). When the placing of concrete is
intentionally stopped, install and rigidly secure a complete joint assembly and bulkhead in the
planned transverse contraction joint location . When the placing of concrete is unintention a lly
stopped, install a transverse construction joint either at a planned transverse contraction joint
location or mid-slab between planned transverse contraction joints. For mid-slab construction
joints, install tie bars of the size and spacing used in the longitudinal joints.
c. Curb Joints. Provide joints in the curb of the same type and location as the adjacent
pavement. Use expansion joint material of the same thickness , type , and quality required for
the pavement and of the section shown for the curb . Extend expansion joints through the curb .
Construct curb joints at all transverse pavement joints . For non-monolithic curbs, place
reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise
approved . Form or saw the weakened plane joint across the full width of concrete pavement
and through the monolithic curbs . Construct curb joints in accordance with Item 529,
"Concrete Curb, Gutter, and Combined Curb and Gutter."
E. Placing and Removing Forms. Use clean and oiled forms . Secure forms on a base or firm subgrade
that is accurately graded and that provides stable support without deflection and movement by form
riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form
sections together to prevent relative displacement.
Set side forms far enough in advance of concrete placement to permit inspection . Check conformity of
the grade, alignment, and stability of forms immediately before placing concrete, and make all
necessary corrections . Use a straightedge or other approved method to test the top of forms to ensure
that the ride quality requirements for the completed pavement will be met. Stop paving operations if
forms settle or deflect more than 1/8 in . under finishing operations . Reset forms to line and grade, and
refinish the concrete surface to correct grade .
Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form
removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise
approved . Clean joint face and repair honeycombed or damaged areas within 24 hr . after a bulkhe ad
for a transverse construction joint has been removed unless otherwise approved. When forms are
removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the
edge of the concrete pavement.
Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the
subbase is trenched or the full width and length of the form base is supported with a firm material to
produce the required pavement thickness . Promptly repair the form trench after use. Use flexible or
curved wood or metal forms for curves of I 00-ft. radius or less.
F. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete
before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump
of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60 min .
after batching . Place non-agitated concrete within 45 min. after batching . In hot weather or under
conditions causing quick setting of the concrete, times may be reduced by the Engineer . Time
limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed,
consolidated, and finished without the use of additional water .
G. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by
more than 1/2 in . at any point. Place the concrete as near as possible to its final location, and minimize
segregation and rehandling . Where hand spreading is necessary , distribute concrete using shovels . Do
not use rakes or vibrators to distribute concrete .
-
I. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the
paving equipment. Use immersion-type vibrators that simultaneou sly consolidate the full width of
the placement when machine finishing . Keep vibrators fr om dislodging reinforcement. Use hand -
operated vibrators to consolidate concrete in areas not accessible to the machine-mounted
vibrators . Do not operate machine-mounted vibrators while the paving equipment is stationary .
Vibrator operations are subject to review .
2. Date Imprinting. Imprint dates in the fre sh concrete indi cating the date of the con crete placem ent.
Make impressions approximately 1 ft . from the outside longitudinal construction joint or edge of
pavement and approximately 1 ft . from the transverse construction joint at the beginning of the
placement day . Orient the impressions to be read from the outside shoulder in the direction of fin al
traffic . Impress date in DD-MM-YY format. Imprinting of the Contractor name or logo in simil ar
size characters to the date is allowed .
3. Curbs. Where curbs are placed separately, conform to the requirements of Item 529, "Concrete
Curb, Gutter, and Combined Curb and Gutter."
4. Temperature Restrictions. Place concrete that is between 40 °F and 95 °F when measured in
accordance with Tex-422-A at the time of discharge, except that concrete may be used if it w as
already in transit when the temperature was found to exceed the allowable maximum . Take
immediate corrective action or cease concrete production when the concrete temperature exceeds
95 °F .
Do not place concrete when the ambient temperature in the shade is below 40 °F and falling unless
approved . Concrete may be placed when the ambient temperature in the shade is above 35 °F and
rising or above 40 °F . When temperatures warrant protection against freezing, protect the
pavement w ith an approved insulating material capable of protecting the concrete for the specified
curing period . Submit for approval proposed measures to protect the concrete from anticipated
freezing weather for the first 72 hr . after placement. Repair or replace all concrete damaged by
freezing .
H. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use
power-driven spreaders , power-driven vibrators , power-driven strike-off, and screed , or approved
alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to
the required section and grade without surface voids . Use float equipment for final finishing. Use
concrete with a consistency that allows completion of all finishing operations without addition of water
to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface .
Reduce fogging if float or straightedge operations result in excess slurry .
1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on
the plastic concrete to ensure that the final surface is within the tolerances specified in Surface
Test A in Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to
the centerline.
2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of
the curing system . Accomplish this by fog applications of evaporation retardant on the pavement
surface . Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the
evaporation retardant as needed to maintain the concrete surface in a moist condition until curing
system is applied . Do not use evaporation retardant as a finishing aid . Failure to take acceptable
precautions to prevent surface drying of the pavement will be cause for shut down of pavement
operations.
3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal
tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet
drag longitudinally along the pavement surface with the carpet contact surface area adjusted to
provide a satisfactory coarsely textured surface.
A metal-tine texture finish is required unless otherwise shown on the plans . Provide the metal-tine
finish immediately after the concrete surface has set enough for consistent tining. Operate the
metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in . deep , with a minimum
depth of 1/8 in ., and approximately 1/12 in . wide . Do not overlap a previously tined area. Use
manual methods for achieving similar results on ramps and other irregular sections of pavements .
Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement
that will be overlaid .
4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement
are not practical , use hand equipment and procedures that produce a consolidated and finished
pavement section to the line and grade.
S. Emergency Procedures. Us e hand-operated equipment for applying texture, evaporation
retardant, and cure in the event of equipment breakdown.
I. Curing. K ee p the concrete pavement surface from drying by water fogging until the curing material
has been applied . Maintain and promptly repair damage to curing materials on exposed surfaces of
concrete pavement continuously for at least 3 curing days . A curing day is defined as a 24-hr. period
when either the temperature taken in the shade away from artificial heat is above 50°F for at least
19 hr. or when the surface temperature of the concrete is maintained above 40 °F for 24 hr. Curing
begins when the concrete curing system has been applied. Stop concrete paving if curing compound is
not being applied promptly and maintained adequately . Other meth o ds of curing in accordance with
Item 420 , "Concrete Structures," may be used when specified or approved.
1. Membrane Curing. After texturing and immediately after the free surface moisture has
disappeared , spray the concrete surface uniforml y with 2 coats of membrane curing compound at
an individual application rate of not more than 180 sq. ft . per gallon . Apply the first coat within
1 O min. after completing texturing operations. Apply the second coat within 30 min. after
completing texturing operations .
Before and during application, maintain curing compounds in a uniformly agitated condition, free
of settlement. Do not thin or dilute the curing compound.
Where the coating shows discontinuities or other defects or if rain falls on the newly coated
surface before the film has dried enough to resist damage, apply additional compound at the same
rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the
tining grooves.
2. Asphalt Curing. When an asphaltic concrete overlay is required , apply a uniform coating of
asphalt curing at a rate of 90 to 180 sq . ft. per gallon as required . Apply curing immediately after
texturing and just after the free moisture (sheen) has disappeared . Obtain approval to add water to
the emulsion to improve spray distribution. Maintain the asphalt application rate when using
diluted emulsions . Maintain the emulsion in a mixed condition during application.
3. Curing Class HES Concrete. For all Class HES concrete pavement, provide membrane curing in
accordance with Section 360.4.1 .1, "Membrane Curing," followed promptly by water curing until
opening strength is achieved but not less than 24 hr.
J. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished
without damage to the pavement regardless of time of day or weather conditions. Some minor raveling
of the saw cut is acceptable . Use a chalk line, string line , sawing template, or other approved method to
provide a true joint alignment. Provide enough saws to match the paving production rate to ensure
sawing completion at the earliest possible time to avoid uncontrolled cracking . Reduce paving
production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged
within the first 72 hr . of curing.
K. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the
Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or
directed . Testing result interpretation for opening to traffic is subject to the approval of the Engineer.
1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices
that will exclude all vehicles and equipment from the newly placed pavement for the periods
specified. Before opening to traffic, protect the pavement from damage due to crossings using
approved methods . Where a detour is not readily available or economically feasible , an occasional
crossing of the roadway with overweight equipment may be permitted for relocating equipment
only but not for hauling material. When an occasional crossing of overweight equipment is
permitted, temporary matting or other approved methods may be required .
-
2.
3.
4.
Maintain an adequate supply of sheeting or other material to cover and protect fre sh concrete
surface from weather damage . Apply as needed to protect the pavement surface from weather.
Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic.
Before opening to traffic, clean pavement, place stable material against the pavement edges , seal
joints, and perform all other traffic safety related work .
Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete
pavement may be opened early to concrete paving equipment and related delivery equipment after
the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with
Section 360.4.K.4, "Early Opening to All Traffic," before curing is complete. Keep delivery
equipment at least 2 ft . from the edge of the concrete pavement. Keep tracks of the paving
equipment at least I ft . from the pavement edge. Protect textured surfaces from the paving
equipment. Restore damaged membrane curing as soon as possible . Repair pavement damaged by
paving or delivery equipment before opening to all traffic.
Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the
concrete has attained a fle x ural strength of 450 psi or a compressive strength of2,800 psi , except
that pavement using Class HES concrete may be opened after 24 hr. if the specified strength is
achieved.
a. Strength Testing. Test concrete specimens cured under the same conditions as the portion of
the pavement involved.
b. Maturity Method. Unless otherwise shown on the plans, the maturity method , Tex-426-A ,
may be used to estimate concrete strength for early opening pavement to traffic . Install at least
2 maturity thermocouples foF each day's placement in areas where the maturity method will
be used for early opening . Thermocouples , when used, will be installed near the days final
placement for areas being evaluated for early opening . Use test specimens to verify the
strength-maturity relationship in accordance with Tex-426-A , starting with the first day 's
placement corresponding to the early opening pavement section .
After the first day, verify the strength-maturity relationship at least every IO days of
production . Establish a new strength-maturity relationship when the strength specimens
deviate more than I 0% from the maturity-estimated strengths . Suspend use of the maturity
method for opening pavements to traffic when the strength-maturity relationship deviates by
more than I 0% until a new strength-maturity relationship is established.
When the maturity method is used intermittently or for only specific areas, the frequency of
verification will be as determined by the Engineer.
5. Emergency Opening to Traffic. Under emergency conditions , when the pavement is at least
72 hr . old, open the pavement to traffic when directed in writing . Remove all obstructing
materials, place stable material against the pavement edges, and perform other work involved in
providing for the safety of traffic as required for emergency op(;ning.
L. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless
other methods are shown on the plans . The Engineer will perform I thickness test consisting of I
reading at approximately the center of each lane every 500 ft . or fraction thereof. Core where directed
in accordance with Tex-424-A to verify deficiencies of more than 0 .2 in . from plan thickness and to
determine the limits of deficiencies of more than 0 .75 in. from plan th ic kness . Fill core holes using a
concrete mixture and method approved by the Engineer.
1. Thickness Deficiencies Greater than 0.2 in. When any depth test measured in accordance with
Tex-423-A is deficient by more than 0 .2 in . from the plan thickness, take one 4-in . diameter core
at that location to verify the measurement.
If the core is deficient by more than 0.2 in . but not by more than 0 .75 in . from the plan thickness ,
take 2 additional cores from the unit (as defined in Section 360.4 .L.3, "Pavement Units for
Payment Adjustment") at intervals of at least I 50 ft. and at lo c ations selected by the Engineer, and
determine the thickness of the unit for payment purposes by averaging the length of the 3 cores . In
calculations of the average thickness of this unit of pavement, measurements in excess of the
specified thickness by more than 0 .2 in . will be considered as the specified thickness plus 0.2 in.
2. Thickness Deficiencies Greater than 0.75 in. !fa core is deficient by more than 0 .75 in ., take
additional cores at IO ft. intervals in each direction parallel to the centerline to determine the
boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in
thickness by more than 0.75 in. but not more than 1 in. As directed, remove and replace the
deficient areas without additional compensation or retain deficient areas without compensation.
Remove and replace any area of pavement found deficient in thickness by more than 1 in . without
additional compensation.
3. Pavement Units for Payment Adjustment. Limits for applying a payment adjustment for
deficient pavement thickness from 0 .20 in. to not more than 0 .75 in. are 500 ft. of pavement in
each lane . Lane width will be as shown on typical sections and pavement design standards .
For greater than 0 .75 in. deficient thickness , the limits for applying zero payment or requiring
removal will be defined by coring or equivalent nondestructive means as determined by the
Engineer. The remaining portion of the unit determined to be less than 0 .75 in . deficient will be
subject to the payment adjustment based on the average core thickness at each end of the IO ft.
interval investigation as determined by the Engineer.
Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft.
wide or wider will be considered as lanes . Shoulders less than 6 ft. wide will be considered part of
the adjacent lane .
Limits for applying payment adjustment for deficient pavement thickness for ramps , widenings,
acceleration and deceleration lanes, and other miscellaneous areas are 500 ft . in length . Areas less
than 500 ft. in length will be individually evaluated for payment adjustment based on the plan
area .
M. Ride Quality. Unless otherwise shown on the plans, measure ride quality in accordance with Item 585,
"Ride Quality for Pavement Surfaces."
360.5. Measurement. This Item will be measured as follows :
A. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place .
The surface area includes the portion of the pavement slab extending beneath the curb.
B. Curb. Curb on concrete pavement will be measured by the foot in place.
360.6. Payment. These prices are full compensation for materials, equipment, labor, tools, and incidentals .
A. Concrete Pavement. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the adjusted unit price bid for
"Concrete Pavement" of the type and depth specified as adjusted in accordance with Section 360.6 .B,
"Deficient Thickness Adjustment."
B. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness
by more than 0 .2 in . but not more than 0.75 in ., payment will be made using the adjustment factor as
specified in Table 2 applied to the bid price for the deficient area for each unit as defined under
Section 360 .4 .L.3, "Pavement Units for Payment Adjustment."
Table 2
D fi . t Th' k P . Ad ' t e 1c1en 1c ness nee IIUS men tF t ac or
Deficiency in Thickness Determined by Proportional Part of Contract Price
Cores (in.) Allowed (adiustment factor)
Not deficient 1.00
Over 0.00 through 0 .20 1.00
Over 0.20 through 0.30 0 .80
Over 0 .30 through 0.40 0 .72
Over 0.40 through 0 .50 0 .68
Over 0.50 through 0 .75 0.5 7
C. Curb. Work performed and furnished in accordance with this Item and measured as provided under
"Measurement" will be paid for at the unit price bid for "Curb" of the type specified .
~
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WORTH Date: JULY 131 2010
NAME OF PROJECT: BRIDG E REPAIR & REPAINTING AT THREE LOCATIONS (2010-13)
PROJECT NUMBER: GGOl-539590-0202003
IS TO CERTIFY THAT: GIB SON & ASSOCIATES, INC.
is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker 's Compensation
Comprehensive General Bodily Injury:
Liability Insurance (Public Ea. Occurrence: $
Liability) Property Damage:
Ea. Occurrence: $
Blasting Ea. Occurrence: $
Collapse of Building or
structures adjacent to Ea. Occurrence: $ ---
excavations
Damage to Underground
Utilities Ea. Occurrence: $
Builder's Risk
Comprehensive Bodily injury:
Automobile Liabi lity Ea. Person: $
Ea. Occurrence: $
Property Damage :
Ea. Occurrence: $
Bodily Injury:
Contractual Liability Ea. Occurrence : $
Property Damage:
Ea. Occurrence: $
Other
Locations covered: -----------------------------------
Des c rip ti on of operations covered :-----------------------------
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation .
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured , the above policies contain such special requirements , either in the body thereof or by appropriate endorsement
thereto attached.
The City , its officers , employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
excepting emp loyer's liability insurance coverage under Contractor's workers' compensation insurance policy .
Agency Insurance Company: ___________ _
Fort Worth Agent By -'-"''-'--'-'-"'-'-=~-="'----------------------------------
Address ------------------Title ________________ _
�
�
�
�
�
�
�
rr
w
w
�
�
�
nn
�
�
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Transportation and City of Fort Worth Project No. GG01-539590-
0202003.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
GIBSON & ASSOCIATES, INC.
By :_h/_,v0_L---,--,........? .d~:vi__..._-_
V
Name: w 11 /ra ~ ,T-6u"kf 0"1
Date : ~-, {p -co _ _.,_ ________ _
Before me , the undersigned authority, on this day personally appeared
A /1tlr ci.'i,, .;:r__ f;.,iJ5cr'l , known to me to be the person whose name is subscribed to the
foregoing instrument, and acknowledged to me that he executed the same as the act and deed
of GIBSON & ASSOCIATES, INC. for the purposes and consideration therein expressed and in
the capacity therein stated.
Given Under My Hand and Seal of Office this I t, ~ay of 4-r u.s I-, 20_1_0 _
PAMN.OAVIS
Notary Public, State ofTexas
My Commission Expires
3-30-2013
Notary Public in and for the State of Texas
�
�
�
�
�
�
�
�
w
�
�I
�
�
�
11�
�
A
. .I
Bond No. 8220-10-94
PERFORMANCE BOND
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
Federal
That we (I) GIBSON & ASSOCIATES, INC. as Principal herein , and (2) Insurance Company , a
corporation organized under the laws of the State of (3) Indiana , 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:
EIGHT HUNDRED NINETEEN THOUSAND ONE HUNDRED FOURTY DOLLARS AND ZERO
CENTS ... Dollars ($819,140.00) 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 contract with the Obligee dated the 13 of JULY, 2010 a
copy of which is attached hereto and made a part hereof, for the construction of:
BRIDGE REPAIR & REPAINTING AT THREE LOCATIONS (2010-13)
NOW THEREFORE, the condition of this obligation is such, if the said Principle 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 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 13of JULY, 2010.
ATIEST:
(SEAL)
Witness as to Principal
f (J. /ja ;( S-6<6'?9 ?r,,/c/, )/Vi-_.,y}, T( 7:.Sf J rJ
Address
(SEAL)
Oh'w::ti ru, [Tu nn
Witness as to Surety
2711 N. Haskell Ave., Su i te 800
(Address)
Dallas, TX 75204
GIBSON & ASSOCIATES, INC.
PRINCIPAL (4)
BY: --------,-~kl?-'-A---=--~----
~i tt It« "" :::r-
Title: '7:,r e5/ cR-e vt
P.O. BOX 800579
BALCH SPRINGS, TEXAS 75180
(Address)
Federal Insurance Company
Surety
BY:{ kd,/;. ~
Robbi Morales, (Attorney-in-fact) (5)
2711 N. Haskell Ave., Suite 800
Dallas, TX 75204 214/989-0000
(Address)
NOTE: Date of Bond must not be
prior to date of Contract
( l) Correct Name of Contractor
(2) Correct name of Surety
(3) 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
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Bond No. 8220-10-94
PAYMENT BOND
KNOW ALL BY THESE PRESENTS:
That we, (1) GIBSON & ASSOCIATES. INC., as Principal herein, and (2) Federal Insurance Company
--~ a corporation organized and existing under the laws of the State of(3) Indiana , as surety, are
held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,
Texas, Obligee herein, in the amount of EIGHT HUNDRED NINETEEN THOUSAND ONE HUNDRED
FOURTY DOLLARS AND ZERO CENTS ... Dollars ($819,140.00) 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 .!J_day of
JULY, 2010, 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 & REPAINTING AT THREE LOCATIONS (2010-13)
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 13 day of, JULY, 2010.
ATTEST:
4.:laLt -(Prin~ipal) Secretary -it'i-;J-
;4 ..J• 3 6 h. rA..'i' .Jo V'\
(SE AL)
0 ,,_ Hr tMw'?l4-,
Witness as to Principal
(SE AL)
Witness as to Surety
GIBSON & ASSOCIATES, INC.
PRINCIPAL
By: _Lv_ANL_r"J_d,,......A....____
V
Name:/,J,1/wtM, -:;-. {z c'h'>oV)
Title : ·7 f' ~ s-/ ci-e vt ,/-
Address: P .0. BOX 800579
BALCH SPRINGS, TEXAS 75180
Federal Insurance Company
SURETY
By:( ~t"ddh -~~ <...!-.--
Name: Robbi Morales
Attorney in Fact
Address : 2711 N. Haskell Ave., Suite 800
Dallas, TX 75204
Telephone Number: 214/989-0000
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond No. 8220-10-94
MAINTENANCE BOND
THE ST A TE OF TEXAS §
COUNTY OFT ARRANT §
That GIBSON & ASSOCIATES. INC. ("Contractor"), as principal , and Federal Insurance
Companz a corporation organized under the laws of the State of Indiana , ("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 of EIGHT HUNDRED NINETEEN THOUSAND ONE HUNDRED FOURTY
DOLLARS AND ZERO CENTS ... Dollars ($819.140.00), 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, administrators, 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 13 of JULY, 2010, a copy of which is hereto attached and made a part hereof, for the
performance of the following described public improvements:
BRIDGE REPAIR & REPAINTING AT THREE LOCATIONS (2010-13)
the same being referred to herein and in said contract as the Work and being designated as project
number(s) GG01-539590-0202003 and said contract, including all of the specifications, conditions,
addenda , change orders and written instruments referred to therein 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 will 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 Two (2) 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 Engineering , 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 the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract .
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted .
IN WITNESS WHEREOF, this instrument is executed in I counterpart(s), each of which
shall be deemed an original, this 13 day of JULY, A.D .2010.
ATTEST:
(SE AL)
ATTEST:
(SE AL)
s~
GIBSON & ASSOCIATES, INC.
Contractor
By IALA,_J dJL
Name: l..J, t ( t t. U/1. T & ,h 5o r,
Title : _...:..f)....:1....:e....:s-:.....i....::;~_.e _n_-f _______ _
Federal Insurance Company
Surety
By: a ~ ·fi/l-~<2/
Name: Robbi Morales
Title: Attorney-in-fact
2711 N. Haskell Ave .• Suite 800
Dallas, TX 75204 214/989-0000
Address
Chubb
Surety
POWER
OF
ATTORNEY
Federal Insurance Company
Vigilant Insurance Company
Pacific Indemnity Company
Attn: Surety Department
15 Mountain View Road
Warren, NJ 07059
CHUBB
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
~~:it'f1!'a8 ~~"86W~~kooi00~.a~i~~~l~W~~~rh~~~}~~~scons1n1watso~1~r,1~'fi'1~~~~~;'f
Nolan, Jr., Ricardo J. eyna, Jerry P. Rose and Beverly M. Tnmb e of Dallas~·Texas ·-----
each as lheir true and lawful Attorney-In· Fact to execute under such designation In lhelr names and to affix their COIJ)()fate seals lo and deliver for and on their behalf as SUl9ty
lf*90lt or olheMlse, bonds and undertakings and ottlel' Wl1tlngs obllgatoly In hi nature thereof (ottlel' lhan bal bonds) given « 8Xl8CUled In the course of business, and any
Instruments amending or altering lhe same, and oonsents to the modification or alteration of any Instrument referred to In said bonds or obligations.
In Witness Whenlof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested
lhese presents and affixed their corporate seals on this 2 5th day of June, 2 0 1 0. .
Dawn M. Chloros, Assistant Secretary
STATE OF NEW JERSEY
ss .
~~.~
County of Somerset
On this 2 5th day of JU ne, 2 0 1 0 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me
known to be .Assistant Se<:ret_ary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which
eJIIICUted the folegolng Power of Attorney, and the said Dawn M. Chloros, being by me duty sv,orn, did depose and say that he Is Assistant Se<:retaty of FEDERAL INSURANCE
COflPNff, VIGl.ANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the COlpOl1lte seals thereof, that the. seals affixed to the foregoing Power of
Attorney are such COIJ)Ol'8te seals and were thereio affixed by authority of the By-Laws of said Companies; and that he signed said Power ol Attorney as Assistant Secretary of
said Companies by like authority; and that he Is acquainted with Davld B. Nonis, Jr., and knows him to be Vice President of said Companies; and lhat the signature ol David B.
Honts, Jr~ subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By-Laws and In deponent's
pt988f1C8.
Notarial Seal KATHERINE J. ADELAAR
NOTARY PUBLIC OF NEW Jff<SF,
Nt",2316685
Commbaion 6cpiro, Jut~ 1 IS, 20 i 4
CERTIFICATION
Extraot from the By-Laws ol FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
Notary Public
-M.f)C)MfS of attorney for and on behalf of the Company may and shall be executed In the name-and on behalf of. the Company, either by the atalnnan or the
President or a Vice Pntsldent or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, under their respective designations. The
slgnalut9 of such officers may be engraved, printed or lithographed. The signature of each of the. followlng ollloers: Chalnnan, Presldert, any Vice President, any
Assistant Vice President, any Secretary, any Assistant Secretary and the seat ol lhe Company may be aftbcad by facsimile to any power of attorney or to any
C8l1lfloate relating thereto appointing Assistant Secretaries or Altomeys-In-Faet for purposes onty of executing and attesting bond$ and undertakings and Olher
wntlngs abllgatory kl hi nature thetw, and any such power of attorney or certificate bearing such facslmlle signature or facslmle seal ahal be valid and binclng
upon lhe eon.,any and any such power so executed and cettlfled by !IUch facsimile signature and faeslmlle seal shall be valid and bln<lng upon the. Company
Wlh respec_t to any bond or undertaking to ¥lhk:h It Is attached.• · ·
I. Dawn M. Cllloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the "Companies") do hereby certify that
(I) the foregoing extract of the By-Laws of the Companies Is true and correct. .
(i) the Companies are duly licensed and authorized to transact surety business in aR 50 of the Unlted States ol Amellca and the District of Columbia and are
authortzed by the U.S. Tre&s11y Departmert; funher, Federal and Vigilent are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal Is Rcensed In
Amef1can Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and
(110 the foregoing Power of Attorney Is true, com,ct and in full force and effect.
Given Wider my hand and seals of said Companies at Warren, NJ this Jul Y 13 , 2010
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATIER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3493 Fax (908) 903-3656
e-mail: suretv@chubb.com
Form 15-10-02258-U (Ed . 5-03) CONSENT
Policyholder Information Notice
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Chubb's toll-free telephone number
for information or to make a complaint at
1-800-36-CHUBB
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
FAX# (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium
or about a claim you should contact the agent first.
If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
Form 99-10-0299 (Rev. 1-08)
AV/SO IMPORTANTE
Para obtener informaci6n o para someter una
queja:
U sted puede llamar al numero de telefono gratis
de Chubb's para informaci6n o para someter una
queja al
1-800-36-CHUBB
Puede comunicarse con el Departamento de
Seguros de Texas para obtener inf ormaci6n acerca
de compafiias, coberturas , derechos o quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas
P.O. Box 149104
Austin, TX 78714-9104
FAX# (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente primero.
Si no se resueve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AV/SO A SU POLIZA:
Este aviso es solo para prop6sito de informaci6n y
no se convierte en parte o condici6n del documento
adjunto.
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OFT ARRANT
This agreement made and entered into this the 13 day of JULY A.D., 2010, 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 11 th day of
December, A.D. 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, GIBSON &
ASSOCIATES, INC., HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
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 & REPAJNTING AT THREE LOCATIONS {2010-13)
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein .
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Transportation of the City of Fort Worth and the City Cou .e,· ef h · o ort
Worth within a period of One Hundred and Eighty 080) days . OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 $200 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety
shall be liable to the Owner for such deficiency .
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the
project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss , property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury,
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 bold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage , loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner. its offlcers,
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 be 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 ith.,..... __ .....
performance of the terms and stipulations of the Contract and for the payment to all cl I
and/or materials furnished in the prosecution of the work, such bonds being as provide
Texas Government Code Section 2253 , as amended, in the form included in the Co
CORO
o JARY
FT. WORTH r TX
and such bonds shall be for 100 percent ( 100%) of the total contract price, and said surety shall be a
surety company duly and legally authorized to do business in the State of Texas, and acceptable to the
City Council of the City of Fort Worth.
8.
Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deduction s therefrom , the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be EIGHT HUNDRED NINETEEN THOUSAND ONE HUNDRED FOURTY DOLLARS
AND ZERO CENTS ... Dollars, ($819,140.00).
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 Dire ctor of the
Department of Engineering.
10.
The Contractor agrees to pay at least the minimum wage per hour for aJI 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 copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 1
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 1 counterparts with its corporate seal attached .
Done in Fort Worth, Texas, this the 13 day of JULY, A .D ., 2010.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPROVAL RECOMMENDED:
_?(),~
WILLA~~f
DIRECTOR, DEPARTMENT OF
TRANSPORTATION/PUBLIC WORKS
ATTEST:
GIBSON & ASSOCIATES, INC.
P.O. BOX 800579
BALCH SPRINGS, TEXAS 75180
CONTRACTOR
TITLE
p_ o. 13 c)l( g-e90-5-iq
J;x,J'-&_ S pt-,~S , 1)( -151 ~
ADDRESS
November 1960
Revised May 1986
Revised September 1992
Revised March 2006
CITY OF FORT WORTH
FERNANDO COST A, ASST C[TY MANAGER
c;;ntract Authorizatioa
Jl13j2'0)V
APPROVED AS TO FORM AND
LEGALITY:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPENDIX A:
SUMMARY OF QUANTITIES
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH 1 TX
E Belknap Street (EB & WB)
Rosedale Street (EB & WB)
S . University Drive SB
Total Qty
SUMMARY OF QUANTITIES
2 3 4
-'Concrete .Biidg~, Concrete Bridge Cleaning .&. Remove and Replac
. Deck Repair Class peck Rep~i r,, Clas.s $ealing Deck · 'Failed Approach ·
_I (B) {Sha!low) II (B) (Mid Depth) . '. Joints -, Conc~ete Slab
SF SF LF CY
400 600 160 40
400 600 160 40
5 6 7&8 9
-Clean, Prime and Mµlti-Layer Epoxy
paint Steel ·. Concrete Overlay
, Supei:5tructur!.
LF EA LS SF
60 20 ,000
2
60 2 2 20 ,000
~~
' 62R
w
(.) z z 0 10TH
~
EXAS TE s
E BELKNAP ST BRIDGE
MAPSCO 63W
w
0 er: z
0 :::;; .
z
0
Cl) z w
I a.. w ,...
Cl)
76
LI NDEN
EL MPO
JAPANESE G
WEST FWY SR WB
RUT L EDG E
75R
ROSEDALE ST BRIDGE
MAPSCO 76J
ROCK SPR INGS
J:
~
IXl ~
COLLINS ORTH
1VERFRONT
AVONDALE
Rosedale St Bridge ( EB & WB)
over University Dr, Trinity River
& UP Railroad
6K
(.? z
~ u..
ROSEDAL E
IRWIN
MAGNOLI
HARR IS ON
w
8
ii'.
>:'. g ___ e;
Cl'. Cl'.
76P ~
1-
(/) w
Cl'.
S'.
(!)
75M 'z
~
75R
I
\ ---+--
!
I
I
COUNTRY GLIB
;
~
0
RK HILL
76S
S UNIVERSITY DR BRIDGE
MAPSCO 76N
::. ::,
i5 ~
(/J
I
~
~
COLLINS ORTH
iVERFRONT
AVONDALE
~
CD
~ t
iii
0:: w
(/J > 0:: z w ::, (!)
0
0::
76K "' u ::,
CD
S University Dr Bridge ( SB)
over Trinity River
\
Ii "' w (/J u z t:: 0 w w ~ CD
0:: CD ::,
CD L---1~--+---+~'.:.'.:!.:.!.'.F::.::._--t--ft--"-t----; :8 (!) MC PHER ON I ...J
ROSEDALE
IRW IN
MAGNO A
HARRISON
BWIN
0::
~ .....
(/J
w
0::
f2
APPENDIX C:
PROJECT DESIGNATION SIGN DETAIL
PROJECT DESIGNATION SIGN
..__ ________ 4' -0" --------~
6~"
.4' -0" --r 3"
1 ~" Contractor: --=± 1,,
2~"LContractor's Name 1 2
7~,,
1{':r= Scheduled Completion Date
1 ~,, I Year
1 ,,
2
1 ,,
FONTS:
FORT WORTH LOGO = CHEL TINGHAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS:
5,,
PROJECT DESIGNATION SIGN
FORT WORTH -PMS 288
LONGHORNLOGO-PMS167
LETTERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
CITY OF FORT WORTH-CONSTRUCTION STANDARD
DRAWING NO. DATE: 9-20-02
APPENDIX D:
DETAIL OF STEEL TRUSS PORTAL ATS. UNIVERSITY DR BRIDGE
BREAKDOWN QUANTITY ESTIMATION FOR EACH PORTAL FRAME AT S. UNIVERSITY BRIDGE SB
Height (ft) Total Length of the Truss No. of Rivets
Top gottom Chord
Chord (�� Top Chord Bottom Chord
(�)
At 2 314" spacinq At 3" s acinq At 2112" spacinq At 3" sPacinq
TRUSS H 3.255 to 3.208 (a? CL 39.134 39.936 60 I � 60 I 11
Height (ft) Total Length of the Truss No. of Rivets
Top Bottom Chord
Chord ��� Top Chord Bottom Chord
(ft)
At 3" sPacinq At 2112" spacinq
TRUSS J 3.834 40.456 39.18 71 I 71 I
Height (ft) Total Length of the Truss No. of Rivets
Top gottom Chord
Chord (�� Top Chord Bottom Chord
(k)
At 3" spacinp
TRUSS K 2.14 39.162 39.162 I � 2Z �
�
- . �F ' ND CLEVAT/ON - ' ,
�� CAST STEEL ROCKER � PLATE ; r ' z�
� i I
i/' �, �. 'n�' `; _
,i
�
'�'r � �� � ' �'U . ��' -�?� -
t �
_ ,_ — a++
♦� �
� �_DETA/L M^ � ��.
. �_ '
Fl/iG/S
• — ��
C10lr�_ ��i i
� � ���L��e"�— ' �
�� —�� �
;.; f— — ++, i
. � � � _ �-• �
r� • � Q �i� �� � -
` � i
_ 'S � o�r � � ,
: s, �r . i
i� . �! J / � �y To be arr-wvA
,�P �/ �� ;1 y � 3.
r--�� ' i �1� � ' �'� � ' ��'
• i j i ►
' �uet�.q `�.� � ,� `'� i � ; � a�' o �
\ P .
`� � � ?. ; a'. ' N
i ,r,• ^•1 i 0 � /O
ti �''. � � �r� i //�-.3 X�
.� ` ,. ', .
—{ �-- �,Q� 42 ��
T�—"- ` / �- DETA/L .S�
' ^� � � � TR UJ! K j ' s, , � •
. . . _��� - .: � �'�s— j .� ' .
. � � : � I ... _ .�. ... . .. � . - • ,' '_
: . �:� . � : . G�ROSJ SECT/ON O/AGRAM � ,►,�. -
. � • , - - " i PORTAL BRAG/N6 � - _ . -
Y . ' � �( - _ �� ___�'-'• C j 2=::3'/e. _ _ -. .. _ - 'r' • -
;;_ .. _ � f' �. :i�.� � � ;r � f Y, � ' • � -
' � �r, 4-�!�.. f� �'. . � . ,(: � . . I . +. J ^��/ '/. . . . • �
� ,t -
CROSS SECTION OF PORTAL FRAME
1 I I I 1
Diagonal No. of Length of the No. of diagona�
Members Bolts Diagonal Fillers Members Gusset Plates
Member (ft)
120 15 3.103&3.083 15 30 9"x5N �x0'-10" 18"x511�"x1'•7" 10"x511�"x1'-4" I 10"x51'�'x1'•1" � 10"x51'�"x1'-2" 2U2"x2112";516"x3'•33/4"
I I I' 1
Diagonal No. of Length of the No. of diagona
Diagonal Fillers G�lsset Plates
Members Bolts Member (R) Members
204 12 � 3.681 12 24 14"x3182'x1,-3" I 11"x5/1�"x1,•2" I 9"x51161'xt••4" I 8"x5H9"xt'-1" I 12"x5H�"x1'-1" 2112"x21@"x51126"x3'-611/16„
.� I 1 I � � I
Length ofthe
No. of No. of Lattice
Lattice Bars golts Diagonal fillers gars Gusset Plates
Member (ft)
6"x5H6"x0'-6114" 6"x5176"x6112" 10"x5116"x1'-4"
21 40 2 � 19 I 0 I'. I I
PAGE 1
� i i
Angles
< 3712"x3112"x5116"x39'•3114" 3"x3"x318"x39'•2314" 3112'k3112"x5N6"x39'•2314"
4 ( 2 I 2
� I I
Angles
3112"x3112"x318"x39'•2114" f I
4 I
I I
Angles
I I
c
�
�
PAGE 2
REPLACEMENT IN KIND
Item No. Item Description Units
Height FT
Total Length of Truss (Top Chord) FT
Total Lenqth of Truss (Bottom Chord) FT
� Shapes (Angles and Gusset Plates)
� L 31/2" x 31/2" x 5/16" I LBS
� L 3" x 3" x 3/8" + LBS
� L21/2"x21/2"x5/16" � LBS
I L 31/2" x 31/2" x 3/8" � LBS
� PL 2112" x 5/16" 0'-21/2" ( LBS
� PL 9" x 5/16" I LBS
� PL 18" x 5/16" i LBS
� PL 10" x 5/16" I LBS
I PL 14" x 3/8" + LBS
� PL 11" x 5l16" � LBS
� PL 12" x 5/16" ) �BS
� PL 6" x 5/16" � LBS
� No. of Rivets EA
� No. of Bolts � EA
� Length of the Diagonal Member 1 � FT
( Length of the Diagonal Member 2 � FT
� Total �
Note:
Weights for Angles: Table 1-7, Steel Construction Manual
�
TRUSS H, J& K QUANTITY ESTIMATION (PORTAL FRAME) FOR S. UNIVERSITY BRIDGE SB
Unit Wt Length (H) Length (J) Area H Area J Area K Truss H Truss J Truss K Total
(ftlib) (ft) (ft) (ft2) (ft2) (ftZ) (Ibs)
3.255 to 3.208 @ CL 3.83 2.14
39.13 40.46 39.16 �
� � � � 39.94 � 39.18 , 39.16 �
7.2 235.538 1695.87 0.00 0.00 � 1695.87
7.2 78,458 564.90 0.00 0.00 � 564.90
5 189.945 949,73 0.00 0.00 949.73
8.5 156.748 � 0.00 1332.36 0.00 � 1332.36
� 0.017 0.013 8.27 6.61 0.00 14.88
� 0.834 1.416 0.039 � 0.390 ' 15.94 , 270.60 � 0.00 ' 286.54
� 1.583 ' 0.078 � � 60.50 � 0.00 � 0.00 � 60.50
� 3.583 0.607 � 1065.96 � 0.00 � 0.00 1065.96
� 1.25 � , 0.724 ( 0.00 � 443.17 � 0.00 ' 443.17
� 1.167 � � ' 0.048 � 0.00 � 27.27 � 0.00 � 27.27
� 1.083 � � � 0.056 � � 0.00 � 29.89 I 0.00 � 29.89
� 1,061 � � � � 0.273 � 0.00 I 0.00 � 141.93 ( 141.93
i
Total
(other)
� � � 262 346 � 22 � � 630
� � ' � ' � 15 � 12 � 21 � � 48
� 3.1 � 3.681 � � � I 93.00 I 44.16 � 0.00 � � 137.16
( 3.08 � 3.681 � � � � 92.40 � 44.16 0.00 ! � 136,56
� � � � � � � � I 6,613 �
PAGE 3
S University Dr SB at West Fork Trinity
(Original Bridge)
Se..f.~c..ted Sh«fs.
t ·
i
l
I
I
I
l
I
I
I
l
I
I
.1
l
v--::: ..
. 1 .
, I l
1
,l(J~g-J ..
'
' L
J
I
; I
' " \ ' v .. , \
\
---• T .;:-.
-~-'!;
'::..''
,..
S University Dr SB at West Fork Trinity
(Original Bridge)
,·:·/
,
j
I ·;
I
l
.. J.
'•:!
.. TARRANT COU
0
NTY. ~-...
v <• HIGHWAY·, DEPAlffMENT.,;...
BU~::~&-·:t · ~:}
FOREST IW\K BRIDGE~ · . .' f .
Cl.EAR 'FORK:-OF TRINITY RIVES
odA;~ oF 14~.~~~;~RU~TRlJ~~
S University Dr SB at West Fork Trinity
(Original Bridge)
)_
TARRANT COUNTY.
HIGHWAY .DEPARTMENT
.. ~ .. 't
BIJfU.£501j smEET ·· . ·.
FOREST PARK BRIOCE "·. ·.' ·
CLEAR FO~K OF TRINITY . RIVl;ft
S University Dr SB at West Fork Trinity
(Original Bridge)
.:t.t
•'.
I-
I
:,-·:· •. ! .~·-· .. :·_{,;·
' ... , . ,.
:· , . ~
, .. '.
.,.,_;,·_
D£-r.,,1L :,,•
··' TARRANT COUNTY-·
HIGHWAY DEPARTMENT ~-~ -· ·
. . llJRL.£SON" STRtt1' -_.
. FOREST' Fl'RK BRIDGE: .
"•\
CLEAR FORK OF TRINfP<.,RIVER°' i'
·,r ;:: .. ;,( :·:'. ,. DETA1C:OF"l40'x36 'iliRIJ TRIJSS·
;: :,\~: '. -·J~---.L. ::'· fj'S_J~·i .. _-.::::~-.>.I:_·{;_:\_._/.~.:~_~:._·.:,,: ·:_'~.':~~j_;_~.-_·:_;_·_: __ ... _:_l:_l,···.-.;_: •.. .i_:r_ •. -.:_~:'-~-·--_·_,·.,. ... _: ____ :: .• _· {1t :··3?·· .. --..j,l~~..r~~~~~:;...;}-;:-. ;. : ;;;:~:H-, 1:
==""-= ..... 1·.:l't;;.:,~·:;i:::::·-_~·:;,.::.~I~-:a..-:·!··:. :-:::_-~~~-::-:-:-'....-~iI:...·~~-j-;;_:~:,_:-~ .. :-__ ~;~·:;~---~-ii:;-.-::J.~-~-~ .. ~-.:..,~,.;:.~-·:~L~-=--=:·=._:~~~~-~---~1_:t·::.fi.~7:_::'°· :1.:~~--~i~~ .. :-~ •. 1,_....,,..~.-: .. :r:~:~1i~~ .... ~-.;..~.! .• ~.1'1,;..:~ .. ~~~-~-~~?~~;-~,~~~,--~:._~ ... -i· •. _t~-~~;~,~=·~:·:·.·::.··-~;-~_: __ '~:!~:;~i,·_:~:~~-~-·:::_~!i;.r~':-.-~;;._-.:~.-~.:J ..... _·~_,i:$,l_r . .-_t-~.::,~ .. j_~,~~--.:...l.ila~~;~~-'-J·}~·~ .. ;~-:~~-~-1~;~:=t:::::::lb~~~J1
. ~ ~-~--"""' '-'-""·--... .; .. ~·-·· · .. -·-~Jb~.&
S University Dr SB at West Fork Trinity
(Original Bridge)
I_
l
FORT WORTH TEXAS
EXTEno un1U£RSITV ORIUE BRI06f8
fOR GL£+1R fORK f LOOOWflY
PROGR~m O 'u 1961
TARRANT COUNTY WATER CONTROL _/lru:t-
lMPROVE MENT DISTRICT Ne;> 1
BOARD OF DIRECTORS
JOE B.HOGSETT.oJ~ WAYNE E.NEWTON.5~
LACY BOGGESS .~ (!)~ CLYDE A~ PENRY
EDWARD R..HUDSON ·1 .
~ . ,'.-'..' . r;.-:.{ ';, . ~:·;. ·, .
. · .... : .. ·. ~ ... ·.. .,.
S University Dr NB & SB at
West Fork Trinity
.: :ii
..
E
N --=.r..+---
Sr:•1:':r' .. Go'
S University Dr NB & SB at
West Fork Trinity
7
" ... ,., • .,, /)o"it:ffril5r,ifgv-L
'1'~• K~,.,-.,
\
' '
11
~--
ll ~ ------·"---<Ill.--
\ NOT~• ,/"4,,...A:.cnrl9{t.1/'19.n)n:,.tfb!
t:.aloblis/11:1 in lho/'fr,tr/or,i tbd-ll .t't:11/~li r,p
.U.Jm.:nJ(J1;.,,-1J~&-i='9e l't.-Joglng
oul Jlruch11"0.
S University Dr NB & SB at
West Fork Trinity
I ,~
l
9~~~ ... ___ _ .. ...__
.S ·.c
~--------------~~:.-.:._ ___ _ __.;1>':...--,--·--=---~------~~--·-,----:--:.
r
~:-
~::::l::===:::t;::i:::====:;:;::~===~======:=::;$--:--··-t .
>,! ;..:
~ . ,,. ", ~
.;J lt
" '•
~ l .
v
l'llAMIN6
........ --
-~.,::£_·_
!'~-
PLAN
~rTCl'!,a ~':1'f' .,.• ~c•r."-tp fr.-
h~ t/,d,it, , ¥J:ff!t ~ .. ,7
. ,
Nore: 6ollolT. ,.,.,,ve or Onire.-~ oc Qnl> rr:r-
l'l,H &.•rMfJ Or, S'lto.. ~ rlan9• R> &1
Cul 0... S'.htw A• ~-
TAllAIT GOI NlT WAT f R
GOITROL/IMPUYEMHT DIST .R!I
PRO&II.AM •o•
UIIUUITT tllYf IYfSl Ult&E I----· ·-... -·-· _______ __,
STEEL FUMING
S University Dr SB at West Fork Trinity
WfST flD llEYATIDI
-11)~ i. r f0(".16N'IJ5
Jlr~~ITllrvJ'lf
·~--'/ tor~
-----·· c-1 ·-.. f::;:t!!!"°""'""'
•. di -.J.l ...... , --~ Abul'ffl:rll Nfl
\J" 1t4•tJ 4nc'lor loll
/ .._•-.6:. --'I ;,:;~,~-0.,a./
ElPAfttlOl SIDf N!f -60
AUIGl IOlT lOGATIOIS
S c.al• -~· • I'• o•
WEST
6 1 fNrltUI....,.
;,:,.~:,-
I ,,:::;:,~-··
l --W'ff __ ..... I.··=~ ;.t.a.Jt....1!1• 21'-0'
Ulf SUTION PUT Plll @
Sc.•I• -'J1,• • 1•-11• :Sc.,le -'{A'• 1•-0•
A !U' _____ ---- -
SlG.1101@
-114' • 1~0·
,-a-: _.: ·T -.;_;,-_L ______ _
'° .:lSt..15 M!.Jl (Ts;,,
i
i ' .... -,.,,,..-
I
ELEHTION
5<:ale -v•· • 1•-0•
. ,· ..
l I. ~· -..'
~I ~.
~ a
k = .
~
El!T fll ELEYATIOI
"'--~'
. ~: ..
I .h :_ :-.~ :: • Abul,r-,o,,/ ·'.:.:. _.; -~:·:-.· .· .. :> 11'11
1-l'•: ---t "~-~
..,_.
0 ll P ft ll& M "l" AT·
UVTMENT N!I
Sc.ale -¥A1 • 11-o•
A&UTMfNl N• 1 EAST &RIDGE 5:-J~A~
l~MOrll 0AILLEI JNAl'TI
toc.r•-J.•11• r•
rn:,,r,111ow-a.,~ Jalsf "'• z.5'..-,• .. 101'
R•..-•-· ..,,..,.1e41, :So',J 3, ~i1 .. "1'1' ~
IYintJ w.11-Vorl,Ut ,,,, ,, z,· ,.71• S,'
.·. ..
TAllANT 5tONTT WATfl
GOITlOt/111\PlOUMEIT DIil.iii
PU&lAM •o• --·------------'
UIIVUIITl tllYE WUT ll116l -----------· ·--HRU GT U ll l HUILS
UOTMEIT N!f
! ~-fl RlUl,UUIU 4llUUS ~ian· St.IT l'IA t:; I ::7111;.rlh :t::: !;,7::":~IM)
S University Dr SB at West Fork Trinity
: #tvll II' :J 0¢,, . .$59. 71 : '?' ,r. JI Dov. ~,a.SJ
I
1.
P l A N -I £ N T N! 'i and t f I 1 N• ~
Scale -!,/1' • 11 • o•
! lc,d-K':JO-. S S Sl19
. 4?'"'3 ~""1. 560..ff
! ! wr ·
,,_ ,,,.,
~·,rr __ -;
&'11•~,~·~1· ._,.L"~ti
-_,<,'(,,'
_,,.
_ 5-.L Jri'r,yt
-4~tJIU'S'f.•I•~
.,,,, ,,,., o-s,s.o
6enf ~., E/eK $7.1.0
. ~"--..
-~-,,,,,,..,..,
r •/¥'Rldi ~
.,..
~I 1
-:;,, ;~ ~~ x,_ h ~l .~ .. .. ~
:g l~ . ::, ;~ ,,
~
I
ElfVATIGN-lflT .. i .nd &ENT
Sc..i le -1/e' • I '-1:r•
r :-
1--,,;u
LMor. 5'.J.D 4e,,/11 '2 a.,,.~,o.o a.,,113
4~~/lr'il.b~
11,.t('f 1¥P· -
&ttnl~f 8-S2S,O
6'nl'f!!'1HSU.'!_ •••
"' 5
-•··
H [
loo..i':"o., ..
~
I
.J'l'K_
r-'2"
SftTIOI ~
Scelc-t/11."• l '-'i( ,~ ..
SEGTION EB
Sc•le -4'4"• I '· 11'"
u t.J#
.:".I
·I
UR .,. and &Al • .. Sc•Je
.311-11§111
Ill •o• .and I Al 'E' .. Sc.ale
.(D
I Al 'F' lhru. IU ••• .. Sc:iile
; __ j
&All •o•
ft• Scale:
llll .J
EST !MATED
llllFOlGIN6 ITffL
l4ll Nf mL 1'Ja /JIM. II OWL Uf!IOTII W~.Jn 1.LM4"K S
" • u
-J t~
j '" ll•-' Iii
~~-l
J-n-trr_
r . ,;,,·· -
. "]rr,.'£,,
STU16NT 8A 11
G dAAr
P IAIU
Q IUIU
l~1tGTHS
0
J:~f';..;,~~vfli Cf' Drillt:d .TIH,/'h.l.nd ,o~~C-..,,.n
LoCATION ~z-0rvu.u, s,,_ 3Q't&,,.,.. °"-•/Jtuu.o ~
i.' ...
I
21.15'13• (IS.;_$' 2,u-. J • 7f"..kJ"
TAllUT GOINTT WAT fl
COITlOL/tMPUVEMflT IIJ T.Ht
PIOOlAM •t•
OIIVUSITT tl!Yl Will Wi5£ ..
STRUGTOUL DETAILS
S University Dr SB at West Fork Trinity
;. J" ~
.
_.,;
2
r -
,...-;
.b++-A•,n•,,:;,;
•w-11 70,rr4
"'1n1t'1.-lft"f ~-r:=l&(o,=,=~=-======:.============:t .. 3
TN,,-, 19 l'f 49 MACE """ ...... ,~J
ru.ou1neo t'=.btr
t 'lm*' _,,.,.,.,
&11 NE/lorlfa.'!1
Weld
'-:.=-:.i:,'9·•(-0·
REIAi L 'A'
[,..,,,.,.,.
•·,n·,,(,~\.._>-,1r.1PfoJe
/ .., ~ ,,.,. .
. -1 °'& ... :i-'1'..0iil .~{Dl'F4
DETAIL'!)'
.sc.ot:•r•rt.a-
c,n·~-
"'""'=·~ j • I
---1!.L.A.IL
LOOKIN8 NCl7TH
DFTAIJ -FOOTING
b ,;
' ' :
..._!
i\
I
5 EC II ON ·ffi._(y,srtNG CAP)
,Clll~·Yl"•t'-0"
lARRAIT COUMlY W/ITEll
COftlllOL /11,\PllOVU\fNT OISl.N'lt
Pl1.0GII.AM '0'
..,_ ..... .......
a,,_.
UNIVERSITY DRIVE WEU IIRID&E
STRUGlURAL DETAILS
&ENT N! 4
/f.L C ... ,,.,,,,,
'"''·
S University Dr SB at West Fork Trinity
J,f 4 12' -:.,~,,. 117
: t 4 7 ,,.,. -ll'-9" 567
...
...
I . I :&° ,., ;.,
i -J ,., , .. , .. ,., , .. , .. ,.,. •-II 1-n
i-11
l •/1
l ·/5 .. ,,
l.·11 _I
it.I• a'-o-rzt.., .. -,.,,
, ... , .. 12·-1• 2)
,,._., .. ,, •• .,.. tJ
, .. ,. 'fl'-2' fl , .. o .. ,. .. ,.. 7'1
.,._,. ~r 11 .,e.., "'-d" 7/
••·J' "'·7" fO .~ ... Ill'·•· ,. .S'"•" ,.._r-It
$'-I• /7!•• II -~: z~;: ~
.,._,, "'"""' n
~·· d '-•• ,. A'•J' IS'-'r JI
ll'·O" IA'-•" IS
3 ._I" U•-i" IS
11 7 n' -7'-tt' IU
J n 7 n,
IIIK tU/(
,,, .
,,a, r111111
···"
1·
i
I I ,t I A
I I I I •
I I I I C ,.,._, r
• '', J I I I I I{
UIS D
r ,._,,r 1
,-..,_
\ .11~
'·.._,.,, .... ,,_/'· ~
./·J~"I.·""'
UIS
I A IS ft • H-1 m, H-IT
:1 'i-
.... r--..
I I
!
IAlt
J .
Ul! 6
l--·~ ~ f !Jr ',4'
. ,.~~~----'--,,..! ~~I>'tiJ.·~ .·
..--
~. --ii~'"ind
·. 4 .· . -At: ... /JJ#ring
.,4., ........ .
: · .. ·.: --~
T-.1' 4-14' _, .. 4-.r _
s'·•· ..;
L
i
i ~.
IETAIL-TIE IR 8 lfftl H!4
Rllll flD Of tl1ST. lllt&E
LIICI Ct l'tllf
Sc.•I& -!{4"• 1•-o"
&,",linq
6cnl c., "'--' ; : ·.· ... ~---..
:· - --. .-~:
,.,..,,.,.,,,.,,./tr
s-lnpl01¥'n ,,.
tlr.c• -.......... ·-·«"'.
- • f .
1--··
~Ur~.-
Wflilll fGl 10 If 49
~ IE R 1 N! 4
T A a· l A N T ~ 0 0 N T Y W A T E l
GOITlOL/IMPAOVEMUT DIST.N!I
PRO&IAM •g•
UIVEUITY tllVf wen lllO&E
HNT NU
ESTIMATED till Of 11.EIKF.
S University Dr SB at West Fork Trinity
.,
L.
i.
\.
!
' I
1</~'(Sff..,J ,._,,,,~,)
,,,.,,,,. -+!
011., I ... ,., Ill •t•
h h•t H9 .(
~fl'lclth"-I ~-s..n.A•
/Mplr.-.,m ... !
IT.S lh!I -
01 ... , I,.,.' ... A.
IIAPKU&r,\ •A•AT lGUWAY SU& GDl!TlOGTIOR
JIIITS .au a&UlMflTS
r
i
Sc.ale -1• -I'-a'
6 ~0., ("°'7n•I)
7 '1-JJ'4"(Jkow) l
ti AP fl U GM •1• If T WU R l GA D W H S l U
COUTlOGTIDI JOIITS
! .·, ,,
~-~~ i
1 .l__/
Sc;ife -f "' 11 -,,.
Jc•lc.-tfl."•f'• 0 1
(r
..
-.JIW'Slr~-
L2io• _ r_-a' .J..
• $Be Dalail For N;,,,,1 Rail Anc:/tor 6'11•.
.. ,.
AT ~ONH JOINTS IETW[tl JOIITI
21 R~-
PlAI Ull PIH
ANGAOlA6£ AT GOii
Sc•I• -1"• I'• 1•
,,,.2•s&rr"r :-r
,· .. ,-~
\#,4_.,,,~t
-(~t)A'.r:r.hc11.kl
0/''d'f~lw-s
TYPIGH GOU SEGTIDI
Scafe-J/.1.' • r•-a•
.1
SBllll E9
10 1
··----·--n
• I r:D4l1Aii)~!1i ~N ! ' .c• f ..ut I
4'AT UAIT ID. '1
• ''AT/!>4NTNO.~ I "1'.ITIJENTNrl. 4
t
rot. Pu• -1c.i. S1u:1 6
........ , .... ~-Car.,
.. !'-!:._,__ ___ .L~
DIIVUSITY lllVf WUT IIIHl
MIHELLUfOUS
tfUILS
S University Dr SB at West Fork Trinity
GIBSON & ASSOCIATES, INC.
EQUIPMENT LIST
February 2010
Equip
Number
CR 15 (Pat)
TK 110
TK 113
TK 123
TK 125
TK 140 *
TK 142 *
TK 143 *
TK 146 *
TK 148 (Trish.)*
TK 151 (Office)*
TK 152 *
TK 153 *
License
Description Number
'05 Cadillac 502 BZZ
'84 Int. Water Truck R5P S25
'86 Int. Flat Bed Dump R5P S24
'86 Int. 6CY Dump Truck R5P S22
'89 International R5P S21
2000 Ford F-550 Mech.Tr. R5P S18
'99 Int. Boom Truck R5P S 16
2002 Ford F250 5ZN M67
'94 Int. 22' Van Body R4M C59
'02 Chev. CKIO Pickup 7HZ F43
2003 Chev Tahoe 7TX N56
2003 Chev C2500 7TX N59
2003 Ford F250 7JD Z91
Serial
Number
1 G6KE57Y25Ul 75646
1HTLDWPM7EHA63429
1 HTLDUXP6GHA 16863
1HSLRTVN6GHA46236
1HTLDDBN6KH667857
1FDAF56F5YED94567
1 HTSCABM2XH629067
1 FTNX20F42EA85187
1HTSDPNN7RH550226
2GCEK 19T521349505
1 GNEC 13Z73R234964
1GCHC29163E233132
1FTNX20PX3ED63388
TK 154*
TK 157 *
2003 Chev 314 T Pickup
1998 Int. Box Truck
8HR W14 1GCHC29193E341339
TK 159 (Humberto)* 2004 Chev C2500
TK 162 1989 Int. Vacuum Unit
R5Z J27
9WJ L54
R6WB20
TK 166 *
TK 168
1995 Ford F800 Crane Truck R6V Z60
2002 Kenworth
2005 Ford F550
2005 Ford F450
R6WG22
R7F L49
R7F L50
TK 170 (Bart)*
TK 171 (Painters)*
TK 172 * 1994 International 6CY Dump
TK 173 1998 Freightliner R 7K Y84
TK 175 (Juan)* 2005 Ford F250 79K SCI
TK 177* 2005 Ford F250
TK 180* 2005 Chevy CC25903
TK 181 (Johnny)* 2005 Ford F150
57K TZl
545 LH2
69S PX2
TK 182 * 2001 International Flat Bed R 72 W 10
TK 183 * 2005 Ford F350
TK 184 (Mark)* 2005 Chevy Silverado
TK 185 (Mike)* 2006 Chevy Silverado
TK 186 (Darrell)* 2006 Chevy Silverado
60KKP3
57L CZ3
93LDD3
94LDD3
1HTSCABM6WH584388
1 GCHC29204E317926
1 HTGHZ3 T2LH6407 40
1FDPF80C6SVA58878
1XKWDB9X92J891370
1FDAW56P85EA69447
1FDXW46PX5EA47633
1HTSDAAM6RH590162
1 FUPBMCB8WL959787
1FTSW20P05EC67732
1FTSX20P15EC12414
1 GCHC24235E325270
1FTPX125X5FB21308
lHTSDAAL 71 H378432
1 FTWF30025EC28714
1GCHC23U55F969916
1GCHC12DX6E193278
1 GCHC29DX6El 93295
· Equipment List
Page2
E quip L icen s e Seria l
N umb er D es c ri pti o n N um be r Number
TK 187 (James D.)* 2006 Ford F550 R8MN36 1 FDAX56PX6ED25425
TK 188 2006 Ford F150 60D LS4 1 FTPXl 2566NA30088
TK 189 Ricky)* 2006 Chevy Silverado 25D FS4 1 GCHC23D36F227032
TK 190 1999 Int. Box Truck R8RX90 1 HTSCAAM7XH216272
TK 191 (Kevin)* 2006 Ford F550 R8W Z46 1FDAX56P06ED69210
TK 192* 2006 Ford F250 510 KS4 1FTSX20P46EB92838
TK 194 (Trey)* 2006 Ford F150 27NMZ4 1FTPX12V26KD89035
TK 196* 2001 Int. Box Truck R8Z D35 1HTSCAAL51H345318
TK 197 (Keith)* 2007 Chevy. Silverado 49N RP4 1 GCHC29D 17E 134296
TK 198 * 2001 Int. Box Truck R8Z F68 1 HTSCAAL61H335347
TK 199* 1999 International Flatbed R8Z K44 1HTSCAAM1XH624377
TK200* 1999 International Flatbed R8Z K45 1 HTSCAAM9XH682527
TK 201(Chris)* 2007 Ford F150 78N YF4 1FTPX12Vl 7FA37834
TK 202 (Mondo)* 2007 Ford F550 R9MB44 1 FDAX56P77EB52299
TK 203* 2000 Int. Flatbed Dump R9N G42 1 HTSCAAM8YH24661 l
TK 204 (Gary)* 2007 Ford F150 63F PR7 1 FTPX 12V97FB86007
TK205 * 2008 Ford F550 R12 956 1FDAX56Rl8EC780I5
TK 206*(Tom M) 2008 Ford F250 90F RF7 1FTSX20R58EA625 5 5
TK 207* 2000 Ford F250 5YW K68 1 FTNX20F2YED83696
TK 208* 2000 Ford F250 75D SC7 1 FTNX20F9YEB60281
TK 209* 2003 Int. Box Truck 69D HKl 1HTMMAAM13H571535
TK210 2008 Chevy Silverado 68C MD8 1 GCECl 9C88Z307925
TK211 (Chilo) 2008 Chevy Silverado 67C MD8 1 GCEC 19C58Z327341
TK 212 (Mark M) 2008 Chevy Silverado 66C MD8 2GCEC19C381323295
TK 214 (Jeff) 2008 Lexus GX470 LPS 091 JTBT20X080167671
TK 215 (Abel) 2208 Chevy 2500 95KNH8 1 GBHC29628E 164608
TK 216 (Bill G) 2008 Chevy Tahoe 57KNR8 1 GBHC29628E 164
TK217 1993 Int. RD6 Z51 1 HSHBAZR6PH496171
SW 1 '96 Ford Chas . Sweeper 1FDX72C6TVAI3620
SW2 '96 International Sweeper 1 HTSCABR9TH353248
PL4 Massey Ferguson Tractor 9A345114
PL 5 Cat 943 Track Loader 19Z0370
PL 7 Case 455 C Crawler Loader GBE0004068
'Equipment List
Page 3
E q uip License Serial
Number Description Number Number
PL9 Cat 926 R. T. Loader 47M 470 94203828
PL 10 Massey Ferg 165 Mower SDM643001765
PL 15 Cat 924F Loader 47M 652 5NN01064
PL 17 '96 Cat 924F Wheel Loader 5NN00651
PL 18 '04 Bobcat 526015150
PL 19 '05 Bobcat S250 526017199
PL20 '07 Bobcat S250 530916514
PL21 '07 Bobcat S250 530916512
PL22 '07 Bobcot S25 ASGM36033
MG2 Cat 140G Motor Grader 61M 429 72V7066
AC8 '98 Ingersoll Rand P185WJF n/a 291101 VGI221
AC 15 '98 Ingersoll Rand 1300 CFM 34M 754 283106UJ 1729
AC16 '96 Ingersoll Rand 1300 CFM 35M 568 264589
AC 18 '96 Ingersoll Rand 1300 CFM on Dolly 263790UCG729
AC19 '04 Ingersoll Rand 61M 446 343766UC0221
AC20 '05 Ingersoll Rand P250WJD 363219UKP394
AC21 '05 Ingersoll Rand P250WJD 364515ULP394
AC22 '06 Ingersoll Rand P250WJD 76M 257 373868UGQ394
AC23 '06 Ingersoll Ramd P250WJD 76M 258 373874UGQ394
AC24 '07 Ingersoll Rand P250WJD 76M 289 385288YUDR394
AC25 '08 Ingersoll Rand P250WJD 4FVCABAA38U401174
AC26 '08 Ingersoll Rand P250WJD 4FVCABAA08U399349
AC27 '08 Ingersoll Rand P250WJD 4FVCABAA28U398235
AC28 '08 Ingersoll Rand P250WJD 4FVCABAA38U401420
BH4 '98 John Deer 31 OE 4x4 Backhoe T031 OEX853063
BH5 '98 John Deer 31 OE Loader Backhoe T031 OEX848277
VR2 DUOP ACT mdl WD50P 50203
VR6 Ingersoll Roller 145783
VR 7 Waker Roller 5498071
VR8 Waker Roller 5778191
TR 11 '94 Shopbuilt Trailer 67WNRK TRI 76988
TR 13 '95 Shopbuilt Trailer 41WTXJ 46UFU1017S 1041033
TR 17 '96 16' Utility Trailer 33WTZT 1 H9UP 162XT1176257
'Equi pment List
Page 4
Equip L icense Serial
Number Descri(!tion N umbe r N umber
TR 18 '9 7 J Rod Flatbed Trailer 12V RDP 1 JG236200V1X05833
TR 21 '98 20 ' Flatbed Trailer 37W CXC 1 H9GF2022Wl 176294
TR22 16' Utility Trailer 54WCSW 1H9UP1621Xl 176015
TR23 20' Gooseneck Trailer 53WCHG 1H9GP202Xl 176440
TR24 '01 18' Wells Cargo Trailer 14WHYY 1 WC200H2012043660
TR 25 20' Gooseneck Flatbed Trailer 58WRVY 1 H9GF252821176268
TR26 Wells Cargo Trailer 57WRVY 4 D6EB20282C003 54 3
TR 28 '03 20'Utility Trailer 71 WTSK 1H9UP2024311 76650
TR29 '03 20 ' Gooseneck Trai ler 72WTSK 1H9GP202X31176651
TR30 '84 J-Rod Gooseneck 3 Axel 73WTZT 1JG2243071964213
TR32 '03 Shopbuilt Trailer 96YMVK TR193931
TR33 1980 Flat Trai ler Z04 668 57568
TR34 '05 Low Boy Trailer (token) W31 069 112SD24895L069125
TR35 '05 25' Gooseneck Utility 59YMTK 1H9GE252411176458
TR36 '05 20' Util ity Trailer 73Y MTK 1H9UP202651176314
TR3 7 '05 20' Gooseneck Uti lity 51Y MTK 1H9GP202151176315
TR 39 '07 20' Utility Trailer 63Z FVG 1H9UP202071176005
TR 40 '07 30' Gooseneck Trailer 82ZFWB 1H9GN35227 11 76007
TR41 19 7 8 Uti li ty Trai ler 83YWDM TlOHDB 7 829
TR42 2010 25' Gooseneck Trailer 735 82 D 5HNGN2523A 10000109
DR 1 200 -2 Gang System Drill B-201
DR 2 E-Z Mini D rill Model 65 OOE471
DR3 2 Gang Drill Mdl 210-2SR H897
DR 4 4 Gang D rill Mdl 214-4SRA R -2850
FL3 JCB Forklift 4 7M 654 SLP506BOVE0579584
FL 4 '98 Ingersoll Rand Forklift 153261
FL6 Daewoo Forklift G 255-2 12 -02624
FL 7 2004 JCB Telescopic Forklift SLP506COYE0586419
BL2 20 02 Terex TB60 Boomlift 2630093
BL3 JLG60 0 S Manl ift 38069
SL4 JLG260 Scissorlift 82422
FL 5 '9 8 Ingersoll Rand Forklift 152737
FM2 CMI Bidwell Mdl OF -400 OF78173
Equipment List
Page 5
Equip Licen se Serial
Number Descri~tion N umb er N u m be r
AB2 Solar Arrowboard 84WRRM 9503B404
AB6 Solar Arrowboard 21WTXC 09031244
AB7 Solar Arrowboard 22WTXC 10034246
AB8 Solar Arrowboard 79WVCW 0404451
AB9 Solar Arrowboard 76M 262 07065432
AB 11 Solar Arrowboard 10076143
CR2 22 Ton Hydraulic Crane , Mdl#CN122-22 5E570
CA5 Crash Attenuator SS II -1751
CA6 Crash Attenuator SSI-1793
CA 7 Crash Attenuator ss 1-1994
CA8 Crash Attenuator ss 1-2425
CA 10 Crash Attenuator SSI-2601
LT 1 Allmand Br. L.Tower/Mdl 1000 Light 9801NLP08
LT2 Allmand Br. L.Tower/Mdl Night-Lite Pro 9810NLP102
LT3 Allmand Br. L.Tower/Mdl Night-Lite Pro 0774PR002
LT4 Allmand Br. L.Tower/Mdl Night-Lite Pro 0775PR002
LT 5 Allmand Br. L. Tower/Mdl Night-Lite Pro 0237PR006
LT6 Allmand Br. L. Tower/Mdl Night-Lite Pro 0486PR006
MBl Message Board 75M 585 1P916171650301317
MB2 Message Board 75M 586 1P916171850301318
MB3 Message Board 09Z FZK 1P91Al 71660301196
MB4 Message Board 08Z FZK 1P91Al 71770301216
HPl Hydra Platform HP 35 /180 61M 434 1H9US33313Cl 96211
HP2 Hydra Platform HP 32 75M 587 1H9US2634XS 196136
HP3 Hydra Platform 76M 254 1H9US34331Cl 96176
DC 1 '93 Ingersoll Rand Dust Collector 3IM 399 237941 UOD880
DC2 '92 ECS 20 ,000 CFM Dust Collector 31M 392 VA2243I5TR
RC 1 '95 Ingersoll Rand Portable Rec y . 3IM 378 226437UDF874
RC2 '98 Vector Titan Recycler 34M 775 1 V9LT4531 WI 090008
SP 1 '82 Schmidt 6 Ton Sand Pot 3IM 372 VA2243I5TR
SP 2 '92 Key Houston 8 ton Sand Pot 31M 373 96146
SP 3 '94 Schmidt 6 Ton Sand Pot 3IM 377
Equipment List
Page 6
Equip
Number
SP4
TS 1
Description
'94 Schmidt 8 Ton Sand Pot
Traffic Signal
License
Number
3 lM 376
Serial
Number
160WDTH
2290-2291
CURRENT PROJECTS / (} ,e,c{!_ \
( /../ ,ii I~ !vb cf o J/Ll.,<J a,/\..12 ~-J
1. SH 356 Intersections
$747 ,601 0%
TxDOT
David Lott 214-340-4400
2 . US 67 Bridge Painting
$975 ,346 99%
Owner: TXDOT
Mike Bostic 972 291-4043
3 . Foard Street Retaining Wall Repairs
$250 ,000 60%
Owner: Nathan Maier
Brian LaFoy 214 739-4741
4 . W. 41st St.@ BNSF RR Bridge Painting
5 .
6.
7 .
8.
9 .
$239 ,000 0%
Owner: Becco Contr./ City of Tulsa
Dwayne Jantz 918 445-2684
US 62 over Arkansas River Polymer Overlay
$353 ,856 99%
Muskogee Bridge/ODOT
Mike Webb 918 683-3051
East Dallas VA Maintenance
$19 ,577,244 40%
TxDOT
Gary Charlton 214 320-6208
State Thomas Pav & Streetscape lmprv.
$4 ,601 ,838 57%
City of Dallas
Sergio Garza (214) 871-3311
TRA Handrail Replacement
$1,363 ,359 99%
Trinity River Authority
Mark Perkins 817 719-0372
IH 20 Epoxy Overlay
$225,485 38%
Big Creek Const./TxDOT
Wade Miller 254 857-3200
10. PGBT Electronic Toll Conversion
$2,780,492 99%
NTTA
J .D. Stokes 214 224-2407
11 . US 81 @ FM 730 Epoxy Injection
$9 ,500 99 %
Coppell Const./TxDOT
Russ White 940 995-3101
12 . US 84 Epoxy Overlay
$75 ,042 99 %
EE Hood & Sons , Inc.
Randy Hood 210-624-2475
13 . I 45 @ Lamar Bridge Joint Rprs
$43 ,824 0 %
TxDOT
David Lott 214-340-4400
14 . I 610 Expansion Joint
$723 ,934 10 %
Texas Sterling/TxDOT
Greg Garrison PE 281 821-9091
15 . DFW South Channel Rehab
$95 ,113 99 %
DFW
Cliff Macon 972-973-1890
16 . Lake Livingston Handrails
$142 ,819 92 %
Trinity River Authority
Mark Perkins 817 719-0372
17 . IH 35@ Martin & Flores St Bridge Deck Repairs
$566 ,926 0%
TxDOT
Michael Acosta 210 615-6058
18. US 648 & 140 Bridge Repairs
$151 ,235 0%
ODOT
19 . IH 35@ Ladd Rd Beam Repairs
$166 ,264 0%
ODOT
Carl Raley 405-527-5569
20 . PGBT Segment V Pavement lmprv.
$350 ,082 73 %
NTTA
Jeff Martinez 214 224-2155
1
CURRENT PROJECTS
21 . SH 161 & Walnut Hill Bearing Pad Repl. 31 . US 167/ US 171/ I 49 Expansion Joint Rehab
$53 ,000 0% $183 ,504 0 %
Silver Creek/TxDOT LADOT
Mike Biggers 940 479-2970 Troy Roussell 318 487-5717
22 . SR 4 Bridge Joint Repair 32 .
$455 ,010 0%
MOOT
B .B . House 601 359-7001
23 . US 190 Morganza Floodway Reprs 33 .
$73,470 0%
LaDOT
Joseph Palermo 225 342-7570
24 . SH 56@ Okmulgee Creek Arch Repairs 34 .
$484 ,211 0%
ODOT
Steve Wright 918 682-947 1
25. Ft. Worth 7 Bridges Rehab 35 .
$314 ,944 0%
City of Ft Worth
Tariqul Islam 817 392-7800
26 . 135W, 130 , 1820, 120 VA Bridge Repair 36.
$570 ,876 0%
TXDOT
Mike Bostic 972 291-4043
27 . BS 121 H Left Turn Lane -Intersection Improvement 37 .
$216 ,186 0%
TxDOT
David Lott 214-340-4400
28 . US 380 @ Main St Beam Replacement 38 .
$152 ,000 0%
TxDOT
John Hudspeth 214 320-6100
29 . U 584@ US 180, FM 1611 Bridge Repairs 39 .
$204 ,172 0%
TxDOT
Mike Molter 325 573-0143
30 . I 20 @ Well Rd . Bridge Rehab 40 .
$3 ,174 ,512 0%
LADOT
Matt Jones 318 342-0215
2
I •
1.
2 .
3 .
4 .
5 .
6 .
7 .
8.
9 .
;
San Jacinto Street
$1,036,000 100%
Owner: The City of Dallas
Ms. Barbara Reading
City Place Paving
$940 ,000 100%
General Contractor : Tex-Struct , Inc.
ARCO Site Improvements in Plano
$1,024 ,171 100%
Owner: Arco
Mr. J .D. Dolan
Bridge Repair -Temple , Texas
$59 ,800 100 %
GIBSON AND ASSOCIATES, INC.
AIA FORM 305
Major Completed Projects
Updated 10-09
11. Hatcher Street
March , 1988 $727 ,119
Owner:
214-948-4210
AIA FORM 305
100% December, 1990
The City of Dallas
Mr. John Suds 214-948 -4669
12 . Dallas North Tollway -Epoxy Injection of Cracks
January, 1989 $7 0 ,000 100% January , 1991
214-239-2559 Owner: Texas Turnpike Authority
Mr. John Griffin 972-522-6200
13 . Samuell Blvd.
March , 1989 $511,194 100% January , 1991
Owner: The City of Dallas
214-754-6663 Ms Barbara Reading 214-948-4261
14 . Bachman Transfer Station -Wall & Floor Repair
April , 1989 $30,000 100 % January , 1991
Owner : Texas Department of Transportation Owner : The City of Dallas
Mr . James W . Cowen II , P .E . 817-939-3778 Mr. Ken Ho rn beck 214-948-4210
Arts District Concert Lights & Site Work 15. Maple Avenue
$4 ,275 ,800 100% September, 1989 $563 ,292 100% February , 1991
Owner : The City of Dallas Owner: The City of Dallas
Ms . Barbara Read ing 214-948-4261 Mr. Al Peck 214-948-4250
Bridge Repairs -Greenville, Texas 16 . Allen Street
$123,253 100% December, 1989 $1 ,542 ,156 100% April, 1991
Owner : Texas Department of Transportation Owner : The City of Dallas
Mr. J .B . Hutchinson 214-455-2363 Ms . Barbara Reading 214-948-4210
Dallas Arboretum Entrance 17 . Bonnie View Ramp
$1,024 ,171 100% April , 1990 $278,462 100% January , 1992
Owner : The City of Dallas Owner : Texas Department of Transportation
Mr. Will McCarthy 214-670-4104 Mr. David Phelps 972-225-2387
Various Bridge Repairs 18 . Paving Improvements -Spur 408
$105 ,000 100% June , 1990 $463 ,600 100% January , 1992
Owner: Texas Highway Department Owner: Texas Department of Transportation
Mr. Mike Heise 214-320-6203 Mr. David Phelps 972-225 -2387
Dallas Summer Musicals Parking Lot 19 . Bridge Repair US 83
$300,476 100% July , 1990 $305 ,000 100% January , 1992
Engineer: Deshazo , Starek & Tang , Inc. Owner: Texas Department of Transportation
Mr. Paul Tucker 214-748-6740 Mr. Blair Haynie , P .E . 915-676-6930
10 . Tucson Drive 20 . DART Misc . Repairs 1991,1992,1993 & 1994
$538 ,318 100%
Owner: The C ity of Duncanville
Mr. Dennis Schwartz
January , 1992
972-780-5015
$728 ,767 100 % January , 1994
Owner: Te xas Department of Transportation
Mr. Ron Johnson 214-749-2825
:;
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
21. DFW Carousel Roads Repair
$400 ,000 100% January , 1992
Owner: DFW International Airport Board
Mr. Dennis Gardner 972-574-2871
22. Paving Improvements -Independence Parkway
$406,839 100% November, 1992
Owner: The City of Plano
Mr. Allen Upchurch 972-578-7152
23. Doctors Center Garage Repair
$32 ,500 100% November, 1992
Owner: Spring Valley Construction
Mr. Danny Copeland 972-391-8600
24 . us 183
$807,072
Owner:
100% February , 1993
Texas Department of Transportation
Mr. Curtis Opperman , P .E. 214-320-6100
25. Paving Improvements -US 289
$480 ,786 100% March , 1993
Owner: Texas Department of Transportation
Mr. Jim Barnes 214-320-6100
26. Paving Improvements -Ward Road
$314 ,662 100% March , 1993
Owner: The City of Midlothian
Mr. Duane Hill 214-299-5134
27 . Bridge Repairs -Fannin County
$242,546 100% April , 1993
Owner: Texas Department of Transportation
Mr. Glen Daniel 903-583-9521
28. Grand Prix / Reunion
$649 ,705 100% October, 1993
Owner: The City of Dallas
Mr . Denish Vilia 214-948-4666
29. Bridge Repair -SH199 / Tarrant County
$568 ,967 100% December, 1993
Owner: Texas Department of Transportation
Mr. Ron Newman 817-370-6636
30. Highway FM 2590
$390,478 100% April , 1996
Owner: Texas Department of Transportation
Mr. Don Day 806-356-3200
31. Paving Improvements -Park Lane
$785 ,662 100% January, 1994
Owner: The C ity of Dallas
Mr. Alan Hendrix 214-948-4662
32. Main Street -Dallas City Center
$6 ,742,369 100% March , 1994
Owner: The City of Dallas
Ms. Barbara Reading 214-948-4261
33. Danville Drive
$402 ,908 100% March , 1996
Owner: The City of Dallas
Mr . Al i Malekouti 214-948-4013
34 . Alaska Drive
$372 ,930 100%
Owner: The City of Dallas
Mr. Frank Benes 214-948-4618
35 . Flora and Crockett Streets
36 .
37.
38.
39 .
$128 ,620 100%
Owner: The City of Dallas
Mr. Ron Crippens
Keller Springs Road
$257,826 100%
The Town of Addison
March , 1994
214-948-4269
Mr. David N ig hswonger 972-450-2879
San Rafael Drive
$619 ,913 100% June , 1994
Owner: The City of Dallas
Mr . Steve Parker 214-948-4 666
Love Field Taxiway "A" Repairs
$779 ,872 100% June , 1994
Owner: The City of Dallas
Mr. Ali Malekouti 214-948-4013
Empire Central Building -7701 Stemmons Frwy.
$266 ,974 100% June , 1994
Owner: Vantage Engineerin g & Construction
Mr. Hal Ferguson 972-689-4295
40 . Addison Circle -Public Infrastructure/ Phase I
$3 ,517 ,664 100% September, 1997
Owner: The Town of Addison
Mr. David Nighswonger 972-450-7091
2
j'
GIBSON AND ASSOCIATES, INC. AIA.FORM 305
AIA FORM 305
41 . Marsh Lane & Valley View Intersection Improvements
$276 ,054 100% June , 1996
Owner: The City of Farmers Branch
Mr. Mehran Dadgostar
42 . IH 345@ Good Latimer
$238 ,515 100% September, 1996
Owner: Texas Department of Transportation
Mr. Bill Hale 972-225-2387
43 . SH 360 at Park Row
$420 ,952 100% October, 1996
Owner : Texas Department of Transportation
Mr. Harvey Opperman 817-370-6638
44 . Rochelle/O'Connor
$697,710 100%
Owner: The City of Irving
Mr. Jack Angel
November, 1996
972-721-2611
45 . Floyd Road lmprovements/T.I. DMOS 5 -Phase II
$473 ,350 100% April , 1997
Owner : Texas Instruments
46 . Railroad Crossing Improvements/ 10th St & F Ave.
$96 ,1 82 100% April , 1997
Owner: The City of Plano
Mr. Alan Upchurch 972-461-7000
47 . Bearing Pad Replacement-SH199@ Brand Road
$576 ,100 100% April , 1997
Owner : Texas Department of Transportation
Mr . Patrick Ellis 214-320-6240
48. Alternate Routes Group V
$791 ,529 100%
Owner: The City of Dallas
Mr . David White
49 . Conway Truck Yard
$465 ,000 100%
Engineer: Mr . Wendell Gardner
50. Grand Prairie Airport
$305 ,381 100%
Owner: Adjutant General Department
June , 1997
214-948-4266
September, 1997
214-631-8253
June , 1998
Ghanzi A. Dakik 512-465-5001
51 . International Center Ill/ Centex
$27 ,661 100% September, 1997
General Contractor: Broce Construction
Van Armstrong 405-321-1076
52 . US 75 Pavement Repair
$172 ,462 100% October, 1997
Owner: Texas Department of Transportation
Royce Godwin 214-320-6100
53 . SH310 Fiberglass
$176 ,764 100% January, 1998
Owner: Texas Department of Transportation
Bill Hale 972-225-2387
54. Texas Scottish Rite Hospital Site Work & Utility Vault
$473 ,390 100% February , 1998
General Contractor: HCBECK
Mr. Ron Ohm 214-559-7 409
55. Texas Scottish Rite Hospital Helistop
$73 ,390 100% February , 1998
General Contractor: HCBECK
Mr. Ron Ohm
56 . FM 2499 I Thurman
$101 ,373 100%
Owner : Glen Thurman , Inc.
Gary Maynor
57 . SH121 Pavement Repairs
$224 ,106 100%
214-559-7409
February , 1998
972-286 -6333
March , 1998
Owner: Texas Department of Transportation
Keith Nabors 214-320-6100
58 . Waco Bridge Repair
$107 ,430 100% March , 1998
Owner: NG Painting
Rebecca Gramatikakis 830-257 -5940
59 . Cooper Dam Bridge
$119 ,71 5 100% May, 1998
Owner: US Army Corps of Engineers
Viet Nguyen 972-264-0291
60. Texas Scottish Rite Hospital East Garage Repairs
$729,182 100% November, 1998
General Contractor: HCBECK
Jeremy Manning 214-559-7 409
3
;
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
61 . Loop 288 / Denton Co.
$97 ,202 100% July, 1998
Owner: Texas Department of Transportation
Claud Elsom 940-387-1414
62 . Preston/ Beltline
$228 ,243 100% August , 1998
Owner: City if Dallas
Syed Muntajubuddin 972-948-4660
63. FM 423 Turn Lanes
$108 ,914 100% August , 1998
Owner: Texas Department of Transportation
Claud Elsom 940-387-1414
64 . Clark Street
$1 ,139 ,624 100% August, 1998
Owner: The City of Dallas
Mr. Denish Valia 214-948-4207
65. Federal Reserve Bank Parking Lot
$394 ,276 100% September, 1998
Owner: Federal Reserve Bank of Dallas
Larry Flowers 214-922-6970
66. Old Alton Bridge Road
$115,957 100%
Owner: Binkley & Barfield
Fred Balster
67 . Spring Valley Paving Improvements
$422 ,872 100%
Owner: City of Farmers Branch
David Nighswonger
68 . SH 33 Logan Co.
$309 ,100 100%
Owner: Daco Construction
Richard Jiminez
69 . IH 20 / Kaufman
$93 ,936 100%
Owner: M . Hanna Construction Co .
Sydney M . Richey
70 . DFW Airport Structure Repairs
$342,437 100%
Owner: DFW Airport
Joe Lovelady
September, 1998
972-788-2195
October, 1998
972-247-3131
November, 1998
918-266-1595
November, 1998
July , 1999
972-574-6000
71 . SH 51 Joints/ Broce Construction I ODOT
$20 ,572 100% November, 1998
General Contractor: Broce Construction
Van Armstrong 405-321-1076
72 . Callfield Road /Wichita Falls, Texas
$514,400 100% December, 1998
Owner: Texas Department of Transportation
John Barton 940-720-7700
73 . Marsh & Valley View
$101 ,289 100% December, 1998
Owner: City of Farmers Branch
David Nighswonger 972-247-3131
74 . SH 74 / McClain County
$271 ,700 100% December, 1998
Owner: Oklahoma Department of Transportation
George Raymond 405-527-5569
75 . Lancaster Avenue
$233 ,864
Owner:
100%
Eby Construction
D . Pat Pace
December, 1998
817-361-0711
76. US 75 / Collin Co.
77 .
78 .
79 .
$236,019 100% January, 1999
Owner Texas Department of Transportation
Bill lovely 214-310-6100
DFW Airport Runway Repairs
$1 ,800 ,308 100% June , 1999
Owner: DFW Airport
Martin Johnson 972-574-6000
Akard Walk
$315 ,662 100% June , 1999
Owner: City of Dallas
Milton Brooks 214-948-4250
IH 244 Tulsa / Jensen / ODOT
$104 ,025 100% July , 1999
General Contractor: Jensen Construction
Carol Wogoman 918-245-6691
80 . IH 35@ 12th Street/ ODOT
$41 ,374 100%
Owner: Quapaw Co .
October, 1999
405-377-9240
4
'' GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
81 . SH 121 / Brown & Root 9 1. SH 56 Repairs
$60 ,965 100% August , 1999 $54 ,50 1 100% October, 1999
General Contractor: Brown & Root Owner: Oklahoma Department of Transportation
Oscar J . Gutierrez 936-637-3994 Terry Shreve 405-25 7-3325
82 . Holford Road 92 . Preston Meadow
$122 ,193 100% August , 1999 $618 ,169 100% October, 1999
Owner: City of Garland Owne r: C ity of Plano
William Heinze 972-205-21 70 Gentry Strickland 972-94 1-7152
83 . SH 114@US 377 93 . SH 51/Quapaw Co .
$134 ,637 100% August, 1999 $19,117 100% October, 1999
Owner: Texas Department of Transportation Owner: Quapaw Co. 40 5-377-9240
Claud Elsom , P .E. 940-387-1324
84 . Plano Sidewalk Improvements 94 . IH 635 @ McArthur/ TxDOT
$109 ,488 100% September, 1999 $462 ,580 100% November, 1999
Owner: City of Plano Owner: Texas Department of Transportation
Ed Smith 972-461-7000 Pete Garza 214-320-6100
85. Love Field Parking Garage 95 . FM 148 / TxDOT
$43 ,000 100% September, 1999 $133 ,000 100% December, 1999
Owner: City of Dallas Owner: Tex as Department of Transportation
Thom Oswald 214-670-6144 Jan Heady , P .E . 972-962-3617
86 . Conway Truck Yard 96 . IH 20 Repairs/ Hanna Construction I TxDOT
$644 ,650 100% September, 1999 $93 ,936 100% February , 2000
Owner: Gardner Associates General Contractor: Hanna Construction
Paul Friedlander 2 14-631-8351 Sid Richey 903-885 -6772
87 . IH 30 I Rockwall 97 . 8700 Stemmons Garage Repairs
$469 ,135 100% September, 1999 $100 ,744 100% February , 2000
Owner: Texas Department of Transportation Owner: Spire Reality Group
Jamie Nash 972-320-6240 Leslie Stone 214-631-8700
88 . FM 3040 / TxDOT 98. SH 310 / M Hanna Construction
$283,238 100% September, 1999 $57 ,1 61 100% February , 2000
Owner: Texas Department of Transportation General Contractor: Hanna Construction
Keith Nabors 940-387-1324 Sid Richey 903-885-6772
89 . SH 78 99 . Hubbard Creek Repairs
$562 ,288 100% September, 1999 $275 ,560 100% March , 2000
Owner: Texas Department of Transportation Owner: West Central Texas Water District
Larry Tegtmeyer 2 14-320-6 100 Brian Colthrop 817-429-1900
90 . US 83@SH 121 / TXDOT 100 . Mary Street
$43 ,000 100% April , 2000 $103 ,520 100% August , 2000
Owner: Texas Department of Transportation Owner: City of Dallas
Keith Nabors 940-387-1324 Sirka Bahta 214-948-4156
5
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
101 . US 80 @Galloway
$37 ,400 100% April , 2000
Owner: Texas Department of Transportation
Paul Williams , P .E . 214-320-6100
102 . IH 635@ Oates/ TxDOT
$150 ,233 100% April , 2000
Owner: Texas Department of Transportation
Paul Williams , P .E. 214-320-6100
103. IH 45 @ Calhoun / TxDOT
$42 ,500 100% May, 2000
owner: Texas Department of Transportation
Darwin Meyers 214-320-6100
104. McCommas Bluff Landfill
$544 ,491 100 %
Owner: City of Dallas
Sirka Bahta
105 . Loop 560 @Ten Mile Creek
$199 ,000 100%
June ,2000
214-948-4520
June , 2000
Owner: Texas Department of Transportation
Gary Bailey 972-255 -2387
106. IH 10@SH 29 / TxDOT I Cherokee Bridge
$9 ,576 100% June , 2000
General Contractor: Cherokee Bridge & Road , Inc .
Harold Dean Martin 915-446-3710
107. IH 244 /Tulsa/ ODOT
$293 ,815 100% July , 2000
Owner: Oklahoma Department of Transportation
Mark J Williams , P .E. 9 18-832-0383
108. IH 44 @ Drexel / ODOT
$62 ,600 100% July , 2000
Owner : Oklahoma Department of T ransportation
Derek Jackson 405-636-4044
109 . Market Center Blvd .
$859,313 100%
Owner: City of Dallas
Milton Brooks
110. Harbor Bridge Repairs/ TxDOT
$1 ,088 ,352 100%
August , 2000
214-948-4250
June ,2001
Owner: Texas Department of Transportation
Ruben Schultz 361 -808-2287
11 1. Chateau Ave .
$222 ,553 100 % August , 2000
Owner: C ity of Dallas
Syed Muntaj ibudd in 214 -948-4520
112 . SH 7@ Guy Sandy Creek
$90 ,88 1 100% August , 2000
Owner: Oklahoma Department of Transportation
Mark Zishka 580-223-1351
113 . IH 40@ County Road & IH 40 / ODOT
$12 ,368 100% August , 2000
Owner: Oklahoma Department of Transportation
David Belk , P .E . 918-687-5407
114 . Misc. Paving Repairs
$103 ,000 100 %
Owner : Town of Add ison
Tammy Fran ks
August , 2000
972-450-5190
115 . SH 18 over Arkansas River/ ODOT
$684 ,482 100% August , 2000
Owner: Oklahoma Department of Transportation
Bruce Arnold 918-245-9531
116 . SH 5@ Beaver Creek/ ODOT
117 .
118 .
$18 ,790 100% August , 2000
Owner: Oklahoma Department of Transportation
Jerry Harwell , P .E . 580-255-7609
Hall Street
$1,756 ,480 100 % September, 2000
Owner: C ity of Dallas
Leong Lim 214-948-4263
IH 40 @ US 64 I ODOT
$128 ,100
Owner:
100 % October , 2000
Oklahoma Department of Transportation
David Belk , P.E . 9 18-687 -5407
119 . SH 99@ Mill Creek/ ODOT
$64 ,200 100 % November, 2000
Owner: Oklahoma Department of Transportation
Ron Brown 580-332-2094
120 . Three Intersection Improvements
$356 ,775 100 %
Owner: City of Plano
Olin Sch iffman
September, 2001
972-941-7152
6
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
121 . The Park @ Farmers Market
$1 ,786 ,085 100%
Owner : City of Dallas
Denish Valia
122 . SH 26 @Pleasant Run /TxDOT
$751 ,459 100%
March , 2001
214-948-4207
March , 2002
Owner : Texas Department of Transportation
Mark Schluter 817-237-2712
123 Addison Circle
$961,267 100 %
Owner: Post Properties
Mike Robbins
124 . Davis Bishop Area Improvements
$2 ,424 ,071 100%
Owner: City of Dallas
Mufid Abdulqader
125 . McKinney Ave.
$4 ,756 ,593
Owner :
100%
City of Dallas
Steve Schell
126. Hampton & Westmoreland Improvements
April, 2001
972 -726-0560
May , 2001
214-948-4200
June , 2001
214-948-4200
$1 ,730 ,232 100% June , 2001
Owner: City of Dallas
Mufid Abdulqader 214-948-4200
127 . SH 289 Intersections/ TxDOT
$1 ,088 ,352 100% June , 2001
Owner: Texas Department of Transportation
Bill Lovil 972-542-2345
128 . 1420 Mockingbird Garage Repairs
$92,422 100%
Owner: Corporate USA
Mike Hennefer
129 . Chinn Chapel Road Bridge Repairs
$20 ,560 100%
Owner: Town of Copper Canyon
Joe Chiles
130. US 75@US 380
100%
August , 2001
732-727-3300
September , 2001
214-232-9229
February , 2002 $138 ,315
Owner : Texas Department of Transportation
William Lovil 214-320-6100
131 . IH 40@ Airport Rd/ ODOT
$14,500 100% October , 2001
Owner: Oklahoma Department of Transportation
Randy Greer 580-323-0702
132. Edgemere Paving/Adres Construction/City of Dallas
$135 ,160 100% October , 2001
Owner: City of Dallas
James Musselwh ite 214 -521-2118
133. Depot Museum Foundation Rehabilitation
$27,000 100% October , 2001
Owner: City of Garland
Carol Moody 972 -205-2415
134. SH 9 @ Wewonka Creek /ODOT
$14 ,500 100 % October , 2001
Owner : Oklahoma Department of Transportation
J .R. Jackson 405-257 -3325
135 . Athena Garage Repairs
$163 ,400 100 %
Owner : Athena Condo
Tammy Favors
136 . US 59 @ Loop 287
$60 ,000 100%
January , 2002
214-363-9843
January , 2002
Owner : Texas Department of Transportation
Cheryl Flood 936-634-4433
137 . US 75 Pavement Repairs
$67 ,118 100 % February , 2002
Owner: Texas Department of Transportation
Bill Lovil 972-542-2345
138 . US 290 @ Westgate
$43 ,200 100 % February , 2002
Owner : Te xas Department of Transportation
Leslie Miller 512-832-7000
139. Deep Ellum Connector
$425 ,535 100%
Owner : City of Dallas
Johnny Waddle
140 . SH342 / Corinth Street
$46 ,560 100%
Owner : TxDOT/APAC
Charl ie Daniels
February , 2002
214-948-4277
September , 2002
214 -741 -3 531
7
GIBSON AND ASSOCIATES, INC . AIA FORM 305
AIA FORM 305
14 1. Chalk Hill Rd .
$668 ,882
Owner:
100%
City of Dallas
Bill Morris
142 . SH 356@Loop 12
$562 ,000 100 %
Ma rch , 2002
214-948-4020
April , 2002
Owner: Te xas Departmen t of Transporta ti on
Larry D . Tegtmeyer 972-479-9 747
143 . M .I.S.D . Communication Tower
$592 ,597 100 % June , 2002
Owner: Mesquite I.S .D .
Brian Lafoy 214-739-4741
144 . Riverside Drive Paving & Drainage Improvements
$804,747 100% Ju ly , 2002
Owner: City of Dallas
Maria Betancourt
145 . Rosedale Channel Repairs
$131 ,600 100%
Owner : City of Fort Worth
Steven Eubanks
146. US 75 CTB Repair
$37 ,539 100%
214 -948-4200
July , 2002
817-871-7100
Ju ly, 2002
Owner: Texas Department of Transportat ion
Melvin Harris 214-320-6100
147 . US77@ Little River
$14 ,808 100% Ju ly, 2002
Owner: Texas Department of Transportat ion
John Parsons 979-279 -5376
148 . McKinney Rip Rap
$15,455 100%
Owner : City of McKinney
Timothy White
149 . Fall Protection -Waco Dam
$100 ,000 100%
Owner: Corps of Engineers
Ernie Waugh
150. IH40 Dense Concrete
$86 ,500 100%
July , 2002
972-562-6080
August , 2002
81 7-886-1087
December, 2002
Owner: William Bros . Construction Co ., Inc .
151 . Repair Four Bridges
$357 ,500 100 %
Owner: City of Fort Worth
Don McChesney
152. IH35@ Loop 340NMS
$16 ,190 100%
Owner : VMS , Inc.
September, 2002
817-392-7901
September, 2002
Amy Burlarley-Hyland 254-666-5170
153 . Gibbons Paving
$20 ,637 100%
Owne r: City of Dallas
Sophia Harvey
154 . IH30 @ Loop 12
$4 1,500 100%
September, 2002
214-948-4290
March , 2004
Owner : Te xas Department of Transportation
Larry Tegtmeyer 214-320-6100
155 . US283 Dense Concrete Overlay
$181 ,000 100% October, 2002
Owner : Texas Department of Transportation
Gary Stevens 915-676-6931
156 . SH 183@ Esters Rd
$23 ,600 100% Octobe r, 2002
Owne r: Te xas Department of Transportation
Greg Klatt 972-313-0733
157 . State Thomas Paving & Drainage Improvements
$1,443 ,212 100% November, 2002
Owner : City of Dallas
Johnny Waddle
158 . Catholic Church -Arlington
$80 ,000 100 %
Owner: DeMoss Company
Michael Stewart
159 . US 75@ Rowlett Creek
$79 ,600 100%
214-948-4200
November, 2002
817 -920 -9990
December , 2002
Owner : Te xas Department of Transportation
William Lovil 214-620-6100
160 . Lakes of Coppell
$63 ,000 100% April, 2003
Owne r: NDMCE
Brad Rusk 214 -739-4741
8
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
100% January , 2003
161 . IH 10Joint
$178 ,567
Owner: Texas Department of Transportation
Joe A. Rodriguez 9 15-332-050 1
162. IH20@SH64
$12 ,800 100%
Owner:
163. US75 CTB's #2
Duit Construction Co ., Inc.
Mike Lipps
$28,427 100%
February , 2003
405-340-6026
February , 2003
Owner: Texas Department of Transportation
Melvin Harris 214-620-9300
164. 1700 Pacific Repairs
$54 ,775 100%
Owner: Trammell Crow Co.
Scott Bushor
165. IH30@SH 34/Greenville
$100,481 100%
March , 2003
214-855-3 710
March , 2003
Owner: Texas Department of T ransportation
Jan Barnes 903-737-9300
166. 1420 Mockingbird #3
$492,422 100% March , 2003
Owner: Corporate USA Real Estate Service Inc.
Mike Hennefer 2 14-688-1116
167. Two Memorial Plaza
$9 ,237 100%
Owner: Metro National Corp .
Danny Rodriquez
168. IH 35@ Belt Line & RR
$40,300 100%
Owner: Champagne Webber Inc.
Carl Kartes
169. Worthington Corners
$713 ,780 100%
Owner: C ity of Dallas
Johnny Waddle
170. 12" Water Line Improvements
$186,945 100%
Owner: Fairfield Development, L.P .
March , 2003
7 13-468-4928
March , 2003
281-987-878 7
April , 2003
214 -948-4277
July, 2003
Scott St. Clair 81 7-816-9400
17 1. US 75@ Woodall Rodgers
$36 ,10 1 100% April , 2003
Owner: Un ited Renta ls Highway Technolog ies
Melissa Hubbard 817-595-8885
172. FM 1673 over US 84
$3 1,005 100% April , 2003
Owner: Texas Department of Transportation
Mike Molter 915-673-3761
173 . IH40 @ SH70 & SH 273
$41 ,145 100% April , 2003
Owner: Texas Department of Transportation
Randal Patterson 806-356-3200
174 . Millenium Garage II
$99 ,729 100%
Owner: Carl Wal ker, Inc.
David Kapalko
175 . US287 over US 70
$24,400 100%
May , 2003
972-458-9855
June , 2003
Owner: Texas Department of Transportation
Brady L. Woolsey 940-720-7700
176. Tollway Barrier Wall
$57,490 100% June ,2003
Owner: North Texas Tollway Authority
Patrick Wilson 214-461-2000
177 . US75@ Eldorado Pkwy
$6 ,900 100% June ,2003
Owner: Texas Department of Transportation
William C . Lovil Jr. 214-302 -6100
178. Various Bridge Repair
$424 ,688 100% July, 2003
Owner: Texas Department of T ransportation
B ill Nelson 970-627-535 3
179. IH 35@ FM 3040
$22 ,250
Owner:
100% July , 2003
Te xas Department of Transportation
Gary Charlton 214-320-6100
180. Palisades Central II
$24 ,358 100% October, 2003
Owner: Crescent Real Estate
Jack Gardner 214-880-4545
9
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
181 . IH 37 @ 3 Bridges
$4 ,400 100% July , 2003
Owner : Texas Department of Transportation
Martin Horst 361-808-2500
182. IH30 @ Red River
$642-835 100 % September, 2003
Owner: Texas Department of Transportat ion
Bill Nelson 970-627-5353
183 . ADA Modifications
$15 ,588 100 %
Owner : Crescent Real Estate
Jack Gardner
184 . IH 40 over IH 44 Bridge Repairs
September , 2003
214-880-4545
$400 ,792 100% September, 2003
Owner : Oklahoma Department of Transportation
Tom Hubbard 405 -475-2860
185 . SH32 Pile Repair
$33 ,750 100% September , 2003
Owner: Oklahoma Department of Transportation
Mark Zishka 580-223 -1351
186 . Oak Grove Road Improvements
$833 ,087 100%
Owner: City of Dallas
Johnny Waddle
187 . DFW Rehab Airfield Pavements FY01
$3 ,927 ,327 100%
Owner: DFW Airport
Greg Bick
188 . IH 40@ Conway Joints
October , 2003
214-948-4277
October , 2003
972 -574-5944
$295 ,793 100 % October , 2003
Owner: AHTD/Gilbert Cent ral Corp.
Eric Thoendal 402-734-9231
189. Fountain Place
$65 ,694 100 % October , 2003
Owner : Crescent Real Estate Funding
Jack Gardner 214-880-4545
190 . US 87@ NE 24th
$45 ,000 100% November , 2003
Owner : Texas Department of Transportation
Mike Taylor 806 -356-3200
191 . BU 77L Spall Repairs
$156,400 100 % October , 2003
Owner : Texas Department of Transportation
Micheal Heise 254-867-2700
192 . IH40 Concrete Patching
$36 ,200 100 % October, 2003
Owner : TxDOT Reece Construction
Mary Reece 785-335-2269
193 . FM525 Bearing Pads
$147 ,560 100% November , 2003
Owner : Texas Department of Transportation
Travis Turner 713-802-5000
194 . IH 20 Joints (US377)
$931,410 100 % November, 2003
Owner: TXDOT/Peachtree Construct ion , LTD .
Barry Clark 817 -497 -5470
195 . Hanger Lowe Road Repair
$33 ,460 100 % November , 2003
Owne r: City of Grand Prairie
Ronnie Bates 972-237-8525
196 . IH 35@SH 9 Bridge Repairs
$23 ,350 100% November , 2003
Owner: Oklahoma Department of Transportation
Alan Curtis 405 -527 -5569
197 . IH 35 Joints
$52 ,253 100 % November, 2003
Owner: Texas Department of Transportation/AB&R
Ken Dav is 512-835 -1608
198 . SH 10@ Elk River Bridge Repair
$149 ,038 100% November , 2003
Owner : Oklahoma Department of Transportation
Tim Bray 918-266-1160
199 . SP 557 Concrete Patching
$152 ,600 100% November , 2003
Owner: TxDOT/Peachtree Construction
Barry Clark 817-498 -4329
200 . SH 58 / SH 32 / US 281 / IH 35 / US 77
$292 ,832 100% January , 2004
Owner: Oklahoma Department of Transportation
Mark Zishka 580-223-1351
10
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
201 . IH 40 near Okemah Repairs
$96 ,600 100%
Owner : ODOT I Plains Bridge
Darron Bond
202 . US 271 / Tyler
$1 ,419 ,743 100%
November , 2003
405-354-8833
December , 2003
Owner : Texas Department of Transportation
Randall Redmond 903-510-9100
203 . IH 35 W . Joints
$931,410 100% December , 2003
Owner : TxDOT/Peachtree Construct ion
Barry Clark 817-497-5470
204 . US 75 CTB Repairs
$43 ,388 100% December , 2003
Owner: Texas Department of Transportation
Kelly Selman 972-542-2345
205. US 67 @ IH 20 Bearing Pads
$17,500 100% December , 2003
Owner : VMS/TxDOT
Marlon Holzbach 972-224-0201
206. SH 19 / SH 99 / SH 18 Bridge Repairs
$132 ,536 100% December, 2003
Owner : Oklahoma Department of Transportation
207. US 75 Repairs
$42 ,388
Owner:
Alan Curtis 405-527-5569
100% December , 2003
Texas Departmen t of Transportation
Melvin Harris 972 -542 -2461
208 . us 80 & us 175
$33 ,725
Owner :
100%
TxDOT I APAC
Kirk Morris
209 . Loop 12 Trinity River Repair
$86 ,900 100 %
December, 2003
214-741-3531
December , 2003
Owner : Texas Department of Transportation
Pete Garza 972 -579-9747
210 . IH 30@ IH 45 Column Repairs
$427 ,630 100 % May , 2004
Owner: Texas Department of Transportation
Gary Moonshower 972-225-2387
211. City Place Duct Bank
$39 ,665 100%
Owner: Tribble & Stephens
212 . IH 35 / US 81 / US 71 / SH 3
$220 ,200 100%
February , 2004
713-465 -8550
February , 2004
Owne r: Oklahoma Department of Transportation
James Watson 580-234-3223
213 . Bridge 225 .6 over FM 817 Repairs
$17 ,500 100% February , 2004
Owner : Burlington Santa Fe
Nelson Bynum 254-771-4680
214 . IH 55@ Exit 1 Bridge Repair
$54 ,070 100% March , 2004
Owner : AHTD /Gi lbert Central Corp
Jeff Adams 501-569-2000
215. Farmers Market II
$617 ,071 100 %
Owner : City of Dallas
Johnny Waddle
216 . SH 158@ US 385
March , 2004
214-948-4277
$166 ,565
Owner :
100% March , 2004
TxDOT I Price Construction
Hector Leal
217. Various Bridge Repair #3
$548 ,945 100 %
Owner: City of Fort Worth
Julie Westerman
218 . SH 74@ Deer Creek Bridge Repairs
432 -267-1691
March , 2004
817 -892 -7913
$47 ,540 100 % December , 2003
Owner: Oklahoma Department of Transportation
Tom Hubbard 405-475-2860
219 . Loop 289 Bridge Painting
$111 ,200 100%
Owner : TxDOT/SCR
Steve Roberts
220 . IH 20 Bearing Pad Replacement
$24 ,300 100 %
Owner : TxDOTNMS
Marlon Holzbach
March , 2004
214-238-8204
June , 2004
972-224-0201
11
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
221 . IH 820 / IH 20 / IH 30 Bridge Repairs 23 1. SH 161 @SH 183 Joints
$104 ,460 100% May , 2004 $32 ,530 100% June , 2004
Owner: Texas Department of Transportation Owner: Texas Department of Transportation
Mike Looney 817-370-6500 Pete Garza 972-579-9747
222 . us 83 & us 281 232. US 175 Bridge Painting
$13 ,950 100% May , 2004 $79 ,209 100% June , 2004
Owner: Texas Department of Transportation Owner: Texas Department of Transportation
Debra Parr 956-702-6250 Vernon Webb 903-675-4196
223 . US 287 Bridge Painting 233 . US 80 @ SH 352 Bridge Repair
$116 ,500 100% May , 2004 $17 ,000 100 % June , 2004
Owner: TxDOT/ Austin Bridge & Road L.P . Owner : Texas Department of Transportation
972-241-0699 Russell Walker 214-320-6 100
224 . IH 35@ Brazos Joints 234 . SH 54 over Calvary Creek Bridge Repairs
$61,140 100% May , 2004 $47 ,870 100% June , 2004
Owner: TxDOTNMS Owner: Oklahoma Department of Transportation
Tom Ferguson 254-666-5 170 Randall Greer 580 -323-0702
225. DGNO Railroad @ SH 66 Bridge Painting 235 . SH 54 Horse & Deer Creek Bridge Repairs
$91 ,480 100% May, 2004 $171 ,118 100% June , 2004
Owner: City of Garland Owner: Oklahoma Department of Transportation
David Schlutz 972-205-2000 Randall Gree r 580-323-0702
226 . Bridge Joint Repairs 236 . President George Bush Turnpike Joint Sealing
$116 ,781 100% May , 2004 $27 ,936 100% June , 2004
Owner: Arkansas Highway & Transportation Dept. Owner: NTINRoy Jorgensen Assoc.
Steven Frisbee 870-779-1957 Bruce Sampson 972-732 -1711
227 . IH 10 / 3 Bridge Repairs 237 . US 277@ Cedar Creek Bridge Repair
$608 ,505 100% June , 2004 $227 ,535 100% July , 2004
Owner: Texas Department of Transportation Owner: Texas Department of Transportation
James Ivey 979-968-8333 Alan Hufstutler 915-676-6800
228 . US 169@ IH 244 Bridge Repairs 238 . SH 16@ Nueces River Bridge Repairs
$702 ,759 100% June , 2004 $222 ,830 100% July , 2004
Owner: Oklahoma Department of Transportation Owner: Te xas Department of Transportation
Matt Mosh iri 918-836-7116 Ken Davenport 830-569-2584
229. IH 10@ Pyke Bridge Repairs 239 . IH 20 Finger Joint Repair
$10 ,000 100% March , 2004 $19 ,201 100% June ,2004
Owner: Texas Department of Transportation Owner: TxDOTNMS
Carl O'Neal 361-293-4300 Marlon Holzbach 972-224-0201
230 . SH 22@ Rock Creek Bridge Repairs 240 . Beltline @ MacArthur Paving
$35 ,801 100% August, 2004 $115 ,829 100% March , 2005
Owner: Oklahoma Department of Transportation Owner: Te xas Department of Transportation
Tony Keefer 580-532-2094 Pete Garza 972-479-9747
12
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
241 . Mockingbird Ramp Extension
$841 ,551 100% August , 2004
Owner: North Texas Tollway Authority
Patrick Watson 2 14-461-2000
242 . Corn Valley Road Repairs
$68,444 100%
Owner: City of Grand Prairie
Ronn ie Bates
243 . DNT 453 Paving Safety Enhancements
August , 2004
972-237-8526
$4 ,790 ,233 100% September, 2004
Owner: North Texas Tollway Authority
Patrick Wilson 214-461-2000
244 . ACTC Cut Through (Driveway)
$22 ,689 100 %
Owner : Town of Addison
Minok Suh
245 . SH 36 @ Little Rd . Bridge Repairs
$90 ,716 100%
September, 2004
972-450-7091
September , 2004
Owner : Texas Department of Transportation
Bryan Wood 979-7 78-2165
246 . DFW Rehabilitate Airfield Pavements FY02
$1 ,977 ,030 100%
Owner: DFW Internationa l Airport
Greg Bick
247 . US 287@ Trinity River Bridge Raising
$85 ,014 100%
Owner: TxDOT/WW Weber
248 . IH 635 Pavement Repairs
$451 ,350 100%
Owner: TxDOT/APAC
Krik Morris
249 . Loop 335 Epoxy Overlay
$62 ,050 100%
Owner: TxDOT/Gilvan-Terrill
250 . Joint Crack & Sealing
$414 ,717 100%
Owner : North Texas Tollway Authority
August , 2003
972-574-5944
June , 2005
254-578-1965
November, 2004
214 -74 1-3531
April , 2005
806-944-5200
August , 2004
Patrick Watson 214-224-4000
251 . FM 2836 Repair & Repainting
$13 1,708 100% November, 2004
Owner : Texas Deprtment of Transportation
Roy Dill 972-463-4768
252 . Love Field Blast Fence Reconstruction
$2 ,3 10,470 100% August , 2005
Owner : City of Dallas
Bill Morris 214-948-4544
253 . US 287 Bridge Painting
$27 ,500 100% May , 2004
Owner: TxDOT/Reece Construction
Mary Lou Reece 972-347-2702
254 . US 77 & US 39 Bridge Repair & Painting
$2 ,621 ,671 100% June , 2005
Owner: Oklahoma Department of Transportation
Alan Curtis 405-527-5559
255 . SH 136/SH 14/SH 15 Bridge Painting
$1 7 ,900 100 % July , 2005
Owner: Ok lahoma Department of Transportation
Wayne Roesner 580-735-256 1
256 . Loop 360 Header Joints
$41 ,798 100 % January , 2005
Owner: TxDOT/J .D .Ramm ing
Chuck Fuller 512-251 -3713
257 . RM 620 Header Joints
$21 ,954 100% January, 2005
Owner : TxDOT/Austin Bridge & Road
Rod Pekurney 512-835-1608
258 . SH 151 @ Keystone Dam Paving Repairs
$619 ,716 100 % August , 2004
Owner : Oklahoma Department of Transportation
Mark W illiams 918-245-9531
259 . IH 35E Header Joints
$374 ,960 100 % August , 2004
Owner : T xDOT/APAC
260 . SH 205 Paving
$387 ,745
Owner :
Steve Mcconathy 214-741-3531
100% July , 2005
TxDOT/Garey Construction
Richard Cone 512-837-5916
13
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
261 . IH 35 Header Joints
$130 ,672 100% September, 2005
Owne r: TxDOT/APAC
Steve Mcconathy 214-741-3531
262 . US 62/SH 19/144/US 77/SH 32 Repairs
$465 ,610 100% August , 2005
Owner: Oklahoma Department of Transportation
Jerry Harwell 580-255-7609
263 . DFW Terminal C Ramp Repairs
$387 ,716 100%
Owner: DFW International A irport
Kevin Sewell
264. US 75 CTBs Patching
$93 ,888 100%
January , 2005
972 -574 -8146
February , 2005
Owner : Texas Department of Transportation
Melvin Harris 972-542-2461
265 . Retaining Walls Repair
$14 1,140 100% January, 2005
Owner: Lakes of Coppell/Nathan Maier
Bryan Lafoy 214-739-4741
266 . BU 77L Spall Repairs #2 Pavement Repairs
$2 ,505,251 100% July, 2005
Owner: Texas Department of Transportat ion
John Jasek 254-772-2890
267 . US 69@ River Rd Bridge Repair
$109 ,045 100% January , 2005
Owner: Oklahoma Department of Transportat ion
Terry Eldridge 580-795-3675
268 . Bl 20E @ Grandview Bridge Repair
$188,005 100% March , 2005
Owner: Texas Department of Transportation
Dan Dalager 432-498 -4771
269 . Silver Creek Rd. Bridge Repair & Repainting
$62 ,902 100% April , 2005
Owner: City of Fort Worth
Julie Westerman 817 -392 -6329
270 . US 67 Concrete Pull & Pour
$183,460 100% December, 2005
Owner: TxDOT/APAC
Kirk Morris 214-741-353
271. Division V/1 40 Bridge & Joint Repairs
$64 ,045 100 % January, 2005
Owner: Oklahoma Department of Transportation
Randall Greer 580-323-0702
272 . SH 123 @Seguin Bridge Repairs
$104 ,960 100 % January , 2006
Owner : TxDOT/Hunter Industries
Carte r 512-385-9292
273 . SH 151 @ Keystone Dam #2
$544 ,795 100 % July, 2005
Owne r: Oklahoma Department of Transportation
Mark Williams 918-245-9531
274 . SH 1 @ Gaines Creek
$113 ,200 100 % November, 2004
Owner: Oklahoma Department of Transportation
Anthony Echelle 918-423-5443
275 . SH 99 Over SH 3 & Creek/Joints
$18,792 100% Novembe r, 2004
Owner: Oklahoma Department of Transportation
Tony Keffer 580-332 -2094
276 . SH 266 over US 169
$14 ,550 100% November, 2004
Owner : Oklahoma Department of Transportation
Matt Moshiri
277 . IH 40@ FM 1574 Beam Repair
$150 ,500 100% July , 2005
Owner : Texas Department of Transportation/Childress
Darwin Lankford 940-937-2571
278 . US 24 Beam Straightening
$31 ,768 100% May, 2005
Owner: Kansas Department of Transportation/Topeka
Todd Hashem i 785-296-3986
279. Bridge Evaluation & Repair
$95 ,900 100%
Owner: King Ranch
Gary Don
August , 2005
361-592-6412
280. Bricktown/Walnut Ave . Bridge Painting
$86 ,606 100 % March , 2005
Owner : Allen Con./Oklahoma City
405-677 -4450
14
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
281 . IH 35E Pull & Pour, Hdr, Jts & Repairs
$308 ,206 100% September, 2005
Owner: TxDOT/Austin Bridge & Road
Jerry Barnes 214-596-7300
282 . Beltline Road Pavement Repairs
$12 ,250 100% December, 2004
Owner: TxDOT/APAC
Kirk Morris 214-741-3531
283 . Harry Hines @ Motor & Wycliff Pavement Repairs
$116 ,281 100% June , 2005
Owner: Texas Department of Transportation
David Lott 214-320-4400
284 . Randall Ave . over IH 40 Bridge Repair and Repainting
$81 ,221 100% April , 2005
Owner: Oklahoma Department of Transportatoin
Randall Greer 580-323-0702
285 . 127th St. over IH 35 Epoxy Overlay
$27 ,124 100%
Owner: Dondlinger & Sons/KDOT
Dustin Nutsch
286. FM 55 Bridge Demolition
$99 ,500 100%
August , 2005
361-945-0555
February , 2005
Owner: Texas Department of Transportation
Bill Pierce 972-938-1570
287 . SH 88 over Dog Creek Bridge Repair
$64 ,260 100% March , 2005
Owner: ODOT/Claremore
Tim Bray 918-226-1160
288 . 1-44@ 12th & 19th Streets Bridge Painting/Joint Rehab
$151 ,971 100% July, 2005
Owner: ODOT/EI Reno
Ann Wilson 405-262-2134
289 . Pool Rd over Big Bear Creek Structural Repairs
$10 ,392 100% April , 2005
Owner: City of Grapevine
817-410-3135
290 . DNT,AATI,MCLB-RM 247 Joint & Crack Sealing
$560 ,332 100% November, 2005
Owner: North Texas Tollway Authority
John Lamb 214-224-3066
291 . Tulsa Civic Center Garage Rapairs
$112 ,054 100%
Owner: City of Tulsa
Priscilla Brown
292 . IH 10 Replace Armor Joints
$433 ,950 100%
Owner: TxDOT/Beaumont
Duane Browning
July , 2005
918-596-9249
August, 2005
409-924-6521
293 . 125 E John Carpenter Frewy ADA Handrails
$15 ,600 100% August , 2005
Owner: Crescent Real Estate
Robert Knechel 214-634-2777
294 . Carrollton Bridge Clean & Paint Bridge Handrails
$263 ,266 100% January, 2006
Owner: City of Carrollton
Danny Stevens
295 . SH 105@ Bryan River Realign Shoes
972-466-3425
$18 ,600 100% July , 2005
Owner: Tx DOT/Bryan
Karl Nelson 972 -778-6233
296 . SH 6 Brazos County Joint Repair
$222 ,439 100% November, 2005
Owner: TxDOT/Bryan
Karl Nelson 972-778-6233
297. Fountain Place Structural Repairs
$11 7 ,762 100% December, 2005
Owner: Crescent Real Estate
214-634-2777
298 . SH 15 Misc. Bridge Repairs
$218 ,321 100% September, 2005
Owner: Tx DOT/Pampa
Kenneth Corse 806-665-2374
299 . IH 35 & SH 71/US 183 Bridge Reapirs
$160 ,596 1 00% August , 2005
Owner: TxDOT/Austin
Terry McCoy 512-832-9599
300 . US 287 @ Heritage Pkwy Bridge Repairs
$59 ,100 100% August , 2005
Owner: Ed Bell/TxDOT
Eric Giebelhaus 214-358-6581
15
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
301 . IH 45 Pavement Repairs
$1,189,174 100%
Owner: TxDOT/La Marque
Jose Ramirez
302 . US 67 over Ward Rd Beam Repair
$13 ,250 100%
December , 2005
409-928-2500
April , 2005
Owner: Texas Department of Transportation
Sara Mc Farlin 214-320-6240
303 . SH 183@ MacArthur Bridge Repairs
$636,265 100% July , 2005
Owner: Texas Department of Trasnportation
Pete Garza 972-479-9747
304 . US 277 @ Valley Creek Bridge Repairs
$21,586 100% July , 2005
Owner: TxDOT/Abilene
Alan Hufstutler 325-690-9821
305 . Overhead Sign Strucutre
$22 ,1 14 100% July , 2005
Owner: North Texas Tollway Authority
John Lamb 214-224-3066
306. US 59 Joint Repairs
$136,967 100% November , 2005
Owner: TxDOT/Lufkin
Ed Rios 936-634-4433
307 . US 83 Bridge Repairs
$77,240 100% August , 2005
Owner: TxDOT/Pampa
Kenneth Corse 806-665-2374
308 . DNT/PGBT CIF 258 Linear Delination
$214 ,068 100% November , 2005
Owner : North Texas Tollway Authority
John Lamb 214-224-3066
309 . IH 40 over Anderson Rd . Bridge Repairs
$29 ,500 100% September , 2005
Owner: ODOT/Oklahoma City
Terry Howell 405-636-4044
310. IH 30@Sabine Creek Bridge Repairs
$288,200 100% December , 2005
Owner : Texas Department of Transportation
Russell Walker 972-771-9911
311 . US 79 Bridge Repairs
$231 ,912 100% November, 2005
Owner : TxDOT/Marshall
Steve Juneau 903-935-2809
312 . US 64 under 129th W. Ave Bridge Repair
$381,816 100 % October , 2005
Owner : Oklahoma Department of Transportation
Matt Moshiri 918 -836-7116
313 . US 75 Bridge Repairs
$271 ,778 100%
Owner: TxDOT/Paris
Jan Barnes
314 . Hulen Street Bridge Repairs
January , 2006
903-737-9300
59 ,300 100% October , 2005
Owner : APAC/City of Fort Worth
Mike Baxter 817-429-0100
315 . US 380 under Main St. Bridge Repairs
$49,000 100% January , 2006
Owner : Texas Department of Transportation
Kelly Selman 972-542-2345
316 . FM 157 over IH 30 Bridge Repairs
$32 ,935 100% December , 2005
Owner : TxDOT/Fort Worth
Randy Bowers 817-370-6500
317 . IH 40@Choctaw Rd. Bridge Repairs
$124,426 100% January , 2006
Owner : ODOT/Oklahoma City
Terry Howell 405-636-4044
318 . US 287@ Rail Road Tracks Bridge Repairs
$13,400 100 % September , 2005
Owner : Ed Bell Con ./TxDOT
Eric Giebelhaus 214-358-6581
319 . President George Bush Turnpike Joint Seal
$84 ,900 100% October , 2005
Owner : Roy Jorgensen/NITA
Bruce Sampson 972-732-1711
320 . S. Marsalis Ave. Bridge Repair & Painting
$1 ,262 ,307' 100% March , 2006
Owner : City of Dallas
Maria Bentacourt 214-948-4200
16
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
321 . VA CTB Repairs
$261 ,198 100% March , 2006
Owner: Texas Department of Transportation
Pete Garza 972 -479-9747
322 . Joint Seal Repairs Div Ill
$812 ,513 100% March , 2006
Owner: Oklahoma Department of Transportation
Tony Keefer 580-332-2094
323. IH 635 Ramp Mod. CIF-217
$880 ,541 100% March , 2006
Owner : North Texas Tollway Authority
John Lamb 214-224-3066
324 . Riverside Dr. Con . Repair and Painting
$244 ,740 100%
Owner: City of Fort Worth
Julie Westerman
325 . IH 37 Beam Repair
$43 ,640 100%
March , 2006
817-392-7517
February , 2006
Owner : Texas Deparetment of Transportation
Martin Horst 361-808-2500
326 . IH40@ Choctaw Rd . #3
$124 ,426 100% January , 2006
Owner: Oklahoma Department of Transportation
Mr . Terry Howell 405-636-4044
327 . IH35@Cornith
$73 ,000 100% February , 2006
Owner: Texas Department of Transportation
Mr. Claud Elsom 9401-387-1414
328 . ONT/Gaylord Ramp Plaza Repairs
$88 ,196 100% February , 2006
Owner: Kellogg Brown & RooUNTIA
Mr. Michael Dillow 214-224-2130
329 . Airfield Pavement Rehab FY03
$1,705 ,721 100% March, 2006
Owner : DFW Airport
Greg Bick 972-574-5944
330. Rehab Parking Apron FY04/05
$573,492 100% March , 2006
Owner: DFW Airport
Greg Bick 972-574-5944
331. PGBT Fire Damage Repair
$400,000 100% March , 2006
Owner: North Texas Tollway Authority
John Lamb 214-224-3066
332 . Loop 1 @ Gaines Cr.
64 ,648 100% April , 2006
Owner: Texas Department of Transportation
Donald Nyland 512-447-3942
333 . IH20 Pvt. Repairs
$205 ,980 100 % May, 2006
Owner: Austin Bridge & Road/TxDOT
Jerry Barnes 214-337-1373
334 . US 69 @ Choctaw Cr.
$40 ,539 100% May , 2006
Owner: TX DOT
Kevin Harris 903-892-6529
335 . OKC Grandstand Repairs May, 2006
$23,400 100%
Owner: City of Oklahoma City
Zane Dunnam 405 297-2040
336 . IH 35 Main Lanes Joints
$153 ,154 100% Jul -06
Owner : TxDOT/Austin Bridge & Road
337 . I 40 over BI 40
$266,800
Owner :
Ken Davis 512-478-0634
100% Feb-06 .
Muskogee Bridge/ODOT
Mike Webb 918-683-6151
338 . US 75@ Ross Ave. Intersection Improvement
$626 ,188 100% Oct-06
Owner: Texas Department of Transportation
David Lott 214-320-4400
339 . SH 183 & SH 289 Intersection Improvements
$195 ,751 100% Aug -06
Owner: Texas Department of Transportation
Pete Garza 972-479-9747
340 . IH 40 & IH 44 Ramps Bridge Repairs Painting
$853 ,300 100% Oct-06
Owner: Oklahoma Department of Trans
Ann Wilson 405-262-2134
17
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
341. Rehabilitate Suspension Bridge
$1 ,203,075 100%
Owner: TxDOT/Lampasas
Thomas Dahl
Sep-06
512 -556-5435
342 . Riverside Dr Con. Repair and Bridge Painting
$244,740 100% Feb-06
Owner: City of Fort Worth
Julie Westerman
343 . Dallas Love Field Apron Repairs
$1,848 ,662 100%
Owner: City of Dallas
Bill Morris
344. US 277 Bridge Repairs
$93,302 100%
Owner: Price Construction/Tx DOT
Hector Leal
345 . IH 35 Joint Repairs
$359,448 100%
817-392-7517
Sep-06
214-948-4020
November-06
432-263 -3866
August-06
Owner: Oklahoma Department of Transportation
Terry Howell 405-636-4044
346 . Mountain Creek Lake Bridge
$1 ,186 ,177 100% September-06
Owner: North Texas Tollway Authority
John Lamb 214-224-3066
347 . SH 58 over Washita River
$55 ,272
Owner:
100%
ODOT/Duncan
Reese Knight
348 . Retaining Wall Repair #3
$124 ,435 100%
September-06
405-247-2462
May-06
Lakes of Coppell/Nathan Maier
Bryan Lafoy 214-739-4741
349. US290 West Plug Jt.
$49 ,200 100%
Hunter lndustries/TxDOT
Carter Stone
350. IH40 under County Rd .
$40 ,630 100%
ODOT/Clinton
Randall Greer
November-06
512-353-7757
June-06
580-323-0702
351 . Cimarron Rd. Bridge Repair
$130 ,495 100% August-06
City of Oklahoma C ity
Mr. T .C . Spear 405 297-3482
352 . Rockwell Ave Bridge Repair
$130 ,848 100% June-06
City of Oklahoma City
Mr. T.C . Spear 405 297-3482
353 . 2900 McKinney Ave.
$54 ,164 100%
City of Dallas
Syed Munta ij buddin
354 . IH27 @ Sundown Lane
$30 ,000 100%
Owner : TxDOT/Amarillo
Steve Johnson
355 . Mission Rd Bridge Repair
$172 ,500 100%
Owner: ERM/CPS
Dan Derefinko
356 . IH 20 Header Joint
$403,860 100%
Owner: TXDOT/Midland
Doug Eichorst
357. SH 121 West IH35
$69,800 100%
July-06
214 948-4520
June-06
806 356-3200
October 2006
281 600-1200
October 2006
432 694-2195
July 2006
Owner : Balfour Beatty Construction/TxDOT
Randy Ferraresi 512 707-0797
358 . Jt. Seal/Repr. Div . Ill #3 -135, US77 & 140
$450,808 100% December 2006
Owner: ODOT/Purcell
Alan Curtis 405 527-5569
359 . IH 30 Landrey Freeway
$83 ,424 100 % June 2006
Kiewit Texas Con ./TxDOT
Charles Huffman 817 337-7000
360 . NTTA Glen Eagles Access (Sidewalk Modification)
$24,971 100% June-06
Owner: NTTN Kellogg Brown & Root , Inc .
Michael Dillow 214 224-2130
18
361 . IH30@ Jim Miller Beam Repair
$11 ,500 100%
Owner: SCR/TXDOT
Mr. Tom Jahnke
362 . PGBT/DNT Sandblast
$39 ,130 100%
Owner : Carter Burgess/NTTA
John Lamb
363 . IH20@ FM 31 Beam Repair
$92 ,000 100%
Owner: TxDOT/Harrison Co .
John Baker
364 . IH35 under Ladd Rd #3
$25 ,470 100%
Owner: ODOT/Purcell
Alan Curtis
365 . IH244@ 23rd St. Ramp & RR
$27 ,210 100%
Owner: ODOTfrulsa
Matt Moshiri
366 . NE 36th St.@ US 169 Repair
$30 ,556 100%
Owner: ODOTfrulsa
Matt Moshiri
367. Loop 12 @Old Irving Blvd.
$122,400 100%
Oiwner: TXDOT
Claud P . Elsom Ill P .E
368 . NW HWY & Skillman
$154 ,000 100%
Owner : TXDOT/Dallas
David Lott , P .E .
369 . US 82 Railroad Bridge Repair
$115 ,353 100%
Owner : TXDOT/Lamar
Reza Bazazzadeh
370 . Loop 12 Pavement Repairs
$296 ,218 100%
Owner: APACfrXDOT
Steve Mcconathy
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
June-06
281 344-0700
June-06
214 224-3066
July 2006
903 796-2851
May-06
405 -527-5569
June-06
918-836-7 116
November 2006
918 836-7116
September-06
940 387 -1414
September-06
2 14 340-4400
November-06
903 737-9300
November 2006
214 741-3531
371 . usao @ Gross Rd Bridge Repair
$65 ,000 100 %
Owner: TXDOT/Dallas
Melvin McNeal
372. US 190 Bridge Bridge Repair
$64 7 ,100 100%
Owner: TXDOT/Beamont
Keith Horn
373. GoodFellow AFB
$30 ,665 100%
Owner: Reese Albert/USDOT
Skip Clement
374. NB ONT T-501 Rail Sand Blasting
$28 ,260 100 %
Owner: WW Weber/NTTA
Mark Smith
375 . Gore Blvd & Case Rd .
$80 ,585 100 %
Owner: City of Lawton
Joon Lee
376 . Rehab Taxiway/Alliance
$265 ,913 100%
Owner : City of Fort Worth
Larry Gaines
377 . SH-266 over US-169 #2
$26 ,520 100%
Owner : ODOTfrulsa
Matt Moshiri
378 . US-74 & US-62 Repairs
$432 , 194 100%
ODOT/Oklahoma City
Terry Howell
December 2006
214 320-6100
December 2006
409 384-5493
December 2006
325 653-1241
November 2006
972 242-7554
July 2006
580-581-3385
August 2006
817 698-6825
May 2006
918-836-7116
October 2006
405-636-4044
Dallas Love Field Shoulder & Drainage Repair
379 . $3 ,134 ,851 100% Jun-07
Owner: C ity of Dallas
Bill Morris 214-948-4020
380. Good Latimer & Grand Ave . Intersection lmprov.
$454 ,111 100% Mar-07
Owner: TXDOT
David Lott 214-320 -4400
19
GIBSON AND ASSOCIATES, INC.
AIA FORM 305
381 . IH 44 & IH 35 Bridge Painting & Repair
$601 ,774 100%
Owner : ODOT/Duncan
Jerry Harwell
382 . US281/Edinburg
$202 ,651 100 %
Owner : Ballenger/TxDOT
Robert Maldonado
383 . SH356 Bridge Rehab
$827,975 100%
Owner: TXDOT/Dallas
Claud P. Elsom Ill
384 . US 81 @ Little Washita River
$99 ,151 100%
Owner: ODOT/Duncan
Shane Long
385 . FM407 Bridge Rail Repair
$24 ,090 100%
Owner: Ed Bell/TXDOT
Phillippe Falkner
386 . IH 635@ MacArthur
$58 ,000 100%
Owner: TXDOT/Dallas
Gary Bailey, PE
387 . US 270 over Caston Creek Bridge Repairs
Dec-06
580-255-7609
March-07
956 535-0609
Mar-07
940 387 -1414
Dec-06
580 223-6518
Feb-07
214 358-6581
Mar-07
214 320-6100
$281 ,673 100% Mar-07
Owner: Oklahoma Department of Transportation
David Huddleston 918-653-7896
388 . SH87/SH82 Bridge Repairs
$946 ,298 100%
Owner: TxDOT/Jefferson Co .
Jack Moser
389. DFD Burn Bldg Repairs
$21 ,800 100%
Owner : City of Dallas
Timothy Fortner
Mar-07
409-722-4694
Feb 07
214 670-5392
390 . Grapevine/Lewisville Lake Abutment Repairs
$77 ,000 100% March -07
Owner : SMR/Corp of Engineer
David Wright 972 231 -72 72
391 . Loop 12 @ 183 Bridge Repair
$454 ,600 100 %
Owner : TXDOT/Dallas
Gary Bailey , P .E
392 . NB ONT@ Beverly
$24,420 100 %
Owner: NTIA
John Lamb
393 . CR105@Jim Ned Creek Bent Repair
$39 ,900 100%
Owner : Baker Bridge/TXDOT
Kenneth Baker
394 . US 84@ FM 1673 Bridge Repair
$84 ,800 100%
Owner : TXDOT/Scurry
Mike Molter
395 . US 70 @ Caddo Creek Bridge Rehab .
$80,442 100 %
Owner : ODOT
Jerry Eldridge
396 . FM 434 @ Flat Creek Emerg. Bridge
$136,517 100 %
Owner : TXDOT/Waco
John Jasek , P.E .
397 . Loop 12@ Harry Hines
$23 ,002 100 %
Owner : TXDOT/Dallas
Gary Bailey , PE
398 . IH 635 @ MacArthur
$58 ,000 100%
Owner : TXDOT/Dallas
Gary Bailey , PE
399. SH 16 Bridge Repairs-Llano
$2 ,984 ,912 100%
Owner: TXDOT/Burnet
400. SH 85 Repairs
$110,465
Owner:
Howard Lyons
100 %
Dean Work/TXDOT
Robert Tomasin i
AIA FORM 305
March 07
972 4 79-97 4 7
March-07
214 224-3066
April-07
325 895 -1601
March -07
325 573-0143
April-07
580 795 -3675
March-07
254 772 -2890
April-07
214 320-6100
April -07
214 320-6100
Ap ril-07
512-756-2316
April-07
830 625-2365
20
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
401 FM 1093@ Brazos River Painting 411 Bridge Repair & Modifications (Various)
$477 ,250 100% April-07 $945 ,7 90 100% July-07
Owner: SCR/TXDOT Owner: City of Dallas
Thomas Jahnke 281 344-0700 Ms. Liong So , P .E . 214 948-4570
402 Camp Wisdom School Repair 412 Taylor@ Farmers Market Streetscape
$114,126 100% April-07 $104,304 100% July-07
Owner: Hisaw & Assoc. Owner: Perry Homes/City Dallas
Cherri Connor 972 380-4448 Michael Rokas 713 948-7700
403 Div.V Epoxy Overlay SH 152 413 IH 35 @ US 77 Polymer 0/L
$372 ,214 100% June-07 $64 ,800 100% July-07
Owner: ODOT/Beckham Owner: OBC/ODOT
Randall Greer 580 323-0702 Raymond Flatt 405 263-7787
404 . DFW Airport Airside Bridge Rehab 414 US 380 @ Main St
$333,551 100% June-07 $88 ,500 100% July-07
Owner: DFW Airport Owner: TXDOT/McKinney
Gabriel Moore , P.E 972 574-7726 Ronald Johnston 972 542 -2345
405 . NTTA Sign Structure Repair 415 US 83 Concrete Structure Repair
$290 ,000 100% June-07 $100 ,681 100% July-07
Owner: NTTA Owner: TXDOT/Zapata
John Lamb 214 224-3066 Delia Villarreal
406 . IH 35 / SH 53 Bridge Repair 416 IH 45@ FM 3041Column Repairs
$147,978 100% June-07 $57 ,000 100% July-07
Owner: ODOT Owner: TXDOT
Mark Zishka 586 223-6518 Darwin Myers 903 874-4351
407 . CR 434 Truss Rehab 417 Airfield Pavement Repairs FY 05
$580 ,338 100% June-07 $2 ,264 ,813 100% November-07
Owner: TXDOT/Williamson Owner: DFW Airport
John Wagner 512 930-5402 Greg Bick 972-574-8762
408. Gaston & Munger Inters. lmprv. 418 ONT Joint Repair Overlay Nov-07
$435 ,615 100% June-07 $1 ,099 ,993 100%
Owner: Dallas County Owner: APAC/NTTA
Ali Malekout 214 948-4013 Steve Mcconathy 214 741-3531
409 . IH 20@ US 67 Bearing Pads 419 Davis Street (Bishop Area)
$246 ,540 100% June-07 $1 ,687 ,383 100% October-07
Owner: TX DOT/Dallas Owner: City of Dallas
Travis Bartlow 214 317-2459 Raj Guntnur, P .E 214 948-4011
410. Pleasant Valley @ Rowlett Creek 420 IH 40@ NW 10th Bridge Jacking
100% June-07 $169 ,500 100% October-07
Owner: City of Garland Owner: OBC lnc./ODOT
Wiliam Heinz 972 205-2415 Raymond Flatt 405 263-7787
21
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
421 Presbyterian Hospital 431 CR 265 Truss Rehab
$38 ,800 100% September-07 $148 ,971 100% October-07
Presbyterian Hosp . East Texas Bridge
Zach Wilson 903 408-1882 Alan Woods 903 553-9669
422 Dallas Area Traffic Entrance 432 IH 20 @ Russell Creek
$721 ,255 100% October-07 $68 ,816 100% October-0 7
Owner : Texas Department of Transportation WW Webber
Gary Moonshower 972-225-2387 Ray Muholland 940 769-3358
423 IH 20@ Hillsdale Rd Bridge Rehab 433 IH 40 @ Walker Ave
$743,705 100% October-07 $147,237 10 0% October-07
Owner : Price Const/TXDOT ODOT
Brenda Felber 432 207-1691 Tom Hubbard 405 475-2860
424 US 83 Joint Repair 434 IH 20 @ US 259 Bridge Repair
$140 ,168 100% $127 ,600 100 % September-07
Owner : TXDOT/Hildago TXDOT
David Lott 214-340-4400 Mary Owen 903 510-9244
425 US 75 CTB Repairs 435 IH 20 @ CR 470 Column Repair
$294 ,518 100% October-07 $55 ,600 100 % October-07
Owner: TXDOTMcKinney TXDOT
Ronald Johnston 972 542-2345 John Cordary 817 594-3864
426 IH 820 Pull & Pour/Header Joints 436 IH 20 Header Joints & Seal
$142,182 100% October-07 $88 ,720 100% November-07
Owner: TXDOT/Austin Bridge & Rd Owner: Austin Bridge/TXDOT
Trey Curtis 214 596 -7343 Jerry Barnes 214 596-7300
427 US 75 Full Depth Pvmt Repairs 437 US 84 @ Sabine River Bridge Rehab
$637 ,065 100% October-07 $108 ,092 100% November-07
Owner: TXDOT Owner: TXDOT/Lufkin
Ronald Johnston 972 542-2345 Nancy Smith 936 634-4433
428 IH 20 Bridge Deck & Joint Rep. 438 IH 10/IH 45 Bridge Repairs
$45 ,167 100% October-07 $327 ,430 100% November-07
Owner: TXDOT/Stevens Martin Paving TXDOT
Steve Hooker 325 677-6258 Gary Truetsch 713 802-5000
429 Bus . 121-Median lmprvmts 439 SH 3 @ Lukfata Creek Epoxy Overlay
$26 ,553 100% October-07 $90 ,818 100 % November-07
Owner: Interstate Roller Rink ODOT
Luther Bernste in 972 221-4666 Brent Frank 580 298-3371
430 Fred Wilson Bridge Repair 440 SH 286/SH 358 Bearing Pad Adj
$257 ,000 100% October-07 $30,600 100 % December-07
Owner: City of El Paso Rosiek Const./TXDOT
Lupe Salinas 915 541-4907 Harold Weir 817 277 -4342
22
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
441 SH 174@ Brazos-Emerg. Bridge Rep.
$73 ,308 100%
TXDOT
Phil Murphy
442 US 80@ SH 352 Beam Repairs
$73 ,000 100%
Owner: TXDOT
Gary Moonshower
443 SH310/ IH635/ IH20 Bridge Rep .
$346 ,059 100%
Owner: TXDOT/Da ll as
Gary Moonshower
444 DFW Terminal C Epoxy Overlay
$2 ,048 ,899 100%
Owner: DFW Airport
Frank Luevanos
445 US 380 @ SH 78 Emerg. Bridge Rep
$70,000 100%
Owner: TXDOT
Ronald Johnston
December-07
254 867-2794
Ja nuary-OB
972 225-2387
January-OB
972 225-2387
J anuary-OB
972 586-5773
January-OS
972 542-2345
446 Westpark @ Brays Bayou Rep! Bearing Pads
$72 ,670 100% January-OB
Owner: Harris County
John Mickelson
447 WB IH 40 over County Rd
$88,747 100%
Owner: ODOT
448 Cooling Tower Repairs SMU #2
$19,200 100%
Owner: SMU
James Koons
449 IH 20 over Brazos River Bridge Repairs
$326,460 100%
Owner: W.W. Webber/TxDOT
M ichael V illarreal
450 7th St. Bridge Rehab
$1 ,782 ,245 100 %
Owner: TXDOT/Travis
Terry McCoy
713 755 -7044
January-OB
January-OB
214 768-3494
Ma r-08
9 72 -438-3 11 5
March-08
512 832-9599
451 US 83 Bridge Repairs
$57 ,100 100% March -08
Owner : SummiUTXD OT
Mario George 956 702-6100
452 DFW Landside Bridge Rehab
$386 ,500 100% 8-Mar
Owner: DFWAirport
Greg Bi ck 972 574-5944
453 IH 10 @ FM 1518 Bridge Raising
$159 ,184 100% De cember-07
Owne r : Capital Exc/TXDOT
Chase Botkin 512 440-171 7
454 TSRH Retaining Wall Repair
$43 ,750 100% April-08
Owne r: ABR/NTTA
Brian Malette 972 834-4466
455 SH 115/US 62/SH 36 Bridge Repairs
$164 ,952 100% April-OB
Owner: ODOT
Je rry Harwell 580 255-7609
456 IH 10@ Guadalupe River
$421 ,087 100% April-08
Owner: Capital Excavation/TXDOT
Chris Fontenot 512 440-1717
457 US 270 over CRI P Railroad Bridge Rehab
$136 ,962 100% April-08
Owner: ODOT
La rry Plymale 918 423-5443
458 IH 35 @ Lampasas River Bridge Deck Rep
$18 ,360 100% April-08
Owner: VMS
Michelle Stracener 254 666-5170
459 Div II-Repa ir 6 Bridges
$220 ,717 100% June-08
Owner: ODOT
Brent F rank 580 298-3081
460 US 290 & US 59 Bridge Repairs
$286 ,900 100% June-08
Owner : TXDOT
Gregory Ranft 713 934-5900
23
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
461 Tarrant Co VA Bridge Repairs 471 IH 45 Bridge Joint Repairs
$139 ,890 100% June-08 $106 ,93 8 100 % Ju ly-08
Owner : SCR/TXDOT Owner: TXDOT
Tommy Ward 281 83 1-7696 David Stevens 903 389-3530
462 US 54 @ Fred Wilson Rd 472 FM 488 @ Richland Creek Bridge Painting
$39 ,800 100 % June-08 $54 ,249 100 % Jul y-08
Owner : JD Adams/TXDOT Owner : TXDOT
Mike Brown 915 59 3-7393 Dav id Stevens 90 3 389-3530
463 IH 20 Truss Repairs 473 IH 35@ US 77 Girder Repa irs
$85 ,000 100% June-08 $137 ,384 100% July-08
Owner: TXDOT Owner: OBC/ODOT
John Cordary 817 596-9834 Landon Endres 405 263-7787
464 Loop 12 Intersection Improvements 474 IH 40 @ SH 9A Bridge Rehab
$418 ,43 1 100% Ju ly-08 $6 15,434 100% July-08
Owner: Texas Department of Transportat ion Owner : Cobb Engineering
David Lott 2 14-3 20 -4400 Rick Bond 405-415-9400
465 Zang , Beckley & Ft. Worth Ave . Intersection Improvement 475 IH 35 Full Depth Concrete Repair
$909 ,634 100% July-08 $66 ,000 100% Ju ly-08
Owner: Texas Departmen t of Transportati on Owne r: VMS
David Lott 21 4-3 20-4400 Michelle Stracener 254 666-517 0
466 VA Bridge Pa i nting 476 IH 30 @ St. Francis Beam Repairs
$382 ,900 100% July-08 $63 ,000 100% July-08
Owner: City of Fort Worth Owne r: TXDOT
Najib Fares 8 17 89 2-7 913 David Lott 214 320-4401
Mountain Creek Lake Bridge Concrete Finishes 477 IH 30 @ Trin ity River Bridge Deck Repairs
467 $1 ,011 ,837 100% July-08 $1,425 ,000 100% July-08
Owner: NTTA Owne r: TXDOT
John Lamb 21 4-224-3066 David Lott 214 320-4401
468 IH 35 @ SH 16 Bridge Raising/Rep. 4 78 US 271 @ Kiamichi River Overflow Bridge Repairs
$352 ,233 100% J uly -08 $144 ,700 100 % Ju ly-08
Owne r: TXDOT/Cap ital Exe . Owne r: ODOT
Chase Botk in 512 440 -17 17 Brent Frank 580 298-3081
469 FM1382@Camp Wisdom Cone . Sidwalk Repr 479 Hardin Rd Epoxy Overlay
$18 ,566 100% Ju ly-08 $89,42 7 100 % July-08
Owner : APAC/TXDOT Owner: JN ConsUC ity of McKinn ey
Steve Mcconathy 214 926-9031 Pau l Kni ffen 214 878-2777
470 I 55@Pisgah Rd Bridge Repair 480 IH 820/ IH 35 W Steel Beam Rehab
$239 ,500 100 %
Owner: Joe McGee/MSDOT
Milton Sm ith
Ju ly-08
601 775-3754
$69 ,230 100 %
Owner : TxDOT
Richard Schiller
August-08
817 370-6521
24
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
481 IH 20@ Turner-Hayden Rd Emerg. Bridge Shoring
$20,000 100% August-OS
Owner: TxDOT
Michael Schneider
482 IH 244 @ Arkansas River Bridge Rehab
$1,077 ,520 100% August-OS
Owner: ODOT
Bruce Arnold 918 836-7116
483 LP 289@ IH 27 Bridge Repairs August-08
$159 ,825 100%
Owner: Coppell Const./TXDOT
Russ White 940 995-3101
484 US 377 @ US 87 Bridge Repairs
$387 ,211 100% August-08
Owner: TXDOT
Carl Johnson 325-646-2591
485 US77@ Mission River Bridge Deck Repairs
$98 ,371 100% August-OS
Owner: TXDOT
William Reitmann
486 US 75 & SH 51 Bridge Repairs
$509,077 100%
Owner: ODOT
Bruce Arnold
487 IH 635 Joint Replacement
$279 ,186 100%
Owner: TXDOT
Gary Bailey
361 364-6402
September-OS
918 836-7116
September-OB
972-479-9747
488 IH 20 Turner-Hayden Rd Bridge Shoring Emerg.
$30 ,000 100% September-OS
Owner: TXDOT
Michael Schneider 903 510-9244
489 IH 20 Bridge Cap Replacement-Emerg.Repr
$190,536 100% September-OB
TxDOT
Michael Schneider
490 Natchez Trace Parkway Bridge Repair
$36 ,600 100%
RAF Contracting/MSDOT
Amy Ellis
903 5 10-9244
October-OB
662 32 7-1969
49 1 Div I-SH 10/US 75/IH 40 Bridge Repairs
$369 ,116 100% September-OS
Owner: ODOT
Carl Edwards 918 775-2751
492 Bl 20M Bridge Rehab Bridge Rehab
$1 ,854 ,782 100% November-OS
Owner: TXDOT
Michael Molter 325 676-6800
493 Rehab Aircraft Parking Aprons FY-07
$252 ,325 100% October-OS
Owner: DFW Airport
Frank Luevanos 972 586-5773
494 IH 30 @ Summit Epoxy Overlay
$11 ,880 100% September-OS
Owner: McClendon Const./City of Ft. Worth
Dan Mcclendon 817 295-0066
495 IH 20E @ Rattlesnake Gap Bridge Raising
$1 7 3 ,300 100% November-OS
Owner: Villa & Sons/TxDOT
Eddie V illa 432 337 -4444
496 Bridge M-K Bearing Pad Replacement
$49 ,100 100% October-OS
Owner: Allen ConUODOT
Clay Ingwerson 405 677 -4450
497 IH 44 & SH 356 Deck & Jt Repairs
$184 ,776 100% December-OB
Owner: ODOT
Matt Moshiri 405 307-8378
498 IH 35/Connector F Beam Straightening
$28 ,300 100% January-09
Owner: Capital Excavation
Gary Botkin
499 1-55 @ Wyndale Rd
$489 ,000 100%
Owne r: Key Constructors
Paul McPhail
500 Ft. Sill Bridge Rep. & Pa i nting
$235 ,000 100 %
512 440-1717
November-OB
601 .898 .9892
January-09
Owner: Dpt of Army/Downey Contracting
Milton Smith 405 341-1414
25
GIBSON AND ASSOCIATES, INC. AIA FORM 305
501 Bl 20 F Bridge Bearing Replacement
$95 ,067 100% November-OB
Owner: TXDOT
Dan Dalager 432 634-7279
502 122 Portside Retaining Wall Repairs
$304 ,815 100% October-OB
Owner: Lakes of Coppell Owners Association
Brad Rusk 214 739-4741
503 US 60 @ US 83 Concrete Beam Repairs
$140 ,000 100%
Owner: TxDOT
Kenny Corse
504 US84@ FM1673 Beam Section Repairs
$105 ,005 100%
TxDOT
Michael Molter
505 SH310/US 175 Bridge Repairs
$149 ,840 100%
North Texas Bridge/TxDOT
Steve Goodman
November-OB
806 665-2374
November-OS
325 573-0143
January-09
972 924-3557
506 IH 20 @ FM 700/UP Railroad Misc Bridge Rprs
$274 ,327 100% January-09
Owner: TXDOT
Roy Dill
507 IH 45/ FM 2100 VA Bridge Repairs
$390 ,964 100%
Owner: TX DOT
Douglas Stephens
508 SH121@ US 75 Beam Repairs
$25 ,700 100%
Owner: Lamb Star/TxDOT
Eric Starnater
509 IH 20@ SH 31 Bridge Raising
$265 ,000 100%
Owner: East Tx Bridge/TXDOT
Alan Woods
510 US 283 Bridge Repairs
432-263-4768
January-09
713 802-5000
January-09
214 440-3604
March-09
903 553-9669
$128 ,445 100% January-09
Owner: Baker Bridge/Stephens Martin/TXDOT
Ashley Keith 325 437-9897
AIA FORM 305
511 Sam Houston Tollway Bridge Painting
$1 ,192,640 100% May-09
Owner: Harri s County
Dorion Ogle 832 601-7808
512 US 70 over Cashe Creek Joint Repair
$206 ,537 100% March-09
ODOT
Matt Moshiri 405 307 -8378
513 TCCCD Carbon Fiber Reinforcement
$168 ,650 100%
The Beck Group
Brian Wigg ins
514 Austin VA Bridge Repairs (2008)
$434 ,845 100%
Owner: City of Austin
Ros ie Truelove
515 US 75 Bridge & Joints Rep
$327,446 100%
R. K . ConsUTxDOT
Ronald Stripland
March-09
817 235 -5321
May-09
512 974-7051
May-09
903 785-8941
516 Alignment T Retrofit-US 83 @ Railroad
$54 ,200 100% May-09
Zachary/TxDOT
Gary Doty 940 767-1000
517 SH121 @ Sylvania
$272 ,308 100% May-09
TxDOT
Ralph Browne 817 370-6524
518 TRE RR Bridge over IH35E SB
$37 ,600 100% May-09
TranSystem
Mike Brown 972 280-9300
519 US 75 @ US 69 Bridge Rehab
$112 ,750 100% May-09
North Texas Bridge/TxDOT
Steve Goodman 214 869-9803
520 IH 820 R.R. Turn Lane
$161 ,019 100% May-09
TxDOT
Ralph Browne 817 399-4301
26
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
521 IH 35 Bridge Pedestals/Rehab 531 SH361 Replace Tower Sheaves
$398 ,951 100% May-09 $89 ,600 100% June-09
TxDOT TxDOT
Tina Massey 940 387-1414 Anthony Villarreal 36 1 808-2352
522 IH 20 Bridge Joint Relacement 532 US 83/277/Loop 322 Bridge Deck Repairs
$181 ,532 100% May-09 $112 ,987 100% June-09
LaDOT TxDOT
Dav id North 318 371-3010 Alan Hufstutler, P .E 325 690-9821
523 IH 45 Clear Creek Bridge Painting 533 IH 40 @ Elm Street Bridge Repair
$228,000 100% May-09 $79,719 100% June-09
Fast-Trak Cons/TxDOT ODOT
Shane Gair 214 638-0525 Matt Moshiri 405 307-8378
524 US 190@ IH 35 VA Bridge Repairs 534 US 287 @ Carey St. Beam Repair
$35,450 100% May-09 100% June-09
VMS TxDOT
Bruce Sampson 254 654-5170 Greg Gorecki 817 370-6633
525 Will Rogers Turnpike Beam Repair 535 US 67 @ Brazos River Truss Repair
$27 ,800 100% May-09 $44 ,100 100% July-09
Oklahoma Turnpike Authority TxDOT
Ms . Sue Tyron 918 599-4242 Richard Schiller 817 370-6521
526 SH 114@ FM 156 Rehab 536 NS 404 @ Coal Creek Truss Rehab
$42,600 100% May-09 $31 ,900 100 % July-09
TxDOT Ptiisburg County
Gary Bailey 972-479-9747 Brad Manhalter 405 341-9651
527 Free Trade lntn'I Bridge
$114,257 100% June-09
Cameron County
Ernesto Hinojosa 956 247-3533
528 Field, St. Paul & Harwood Sts. Streetscape Ext Phase II
$2,748 ,956 100% June-09
City of Dallas
Barbara Reading
529 Mockingbird Lane Improvements
$13,951 ,75 8 100%
Owner: City of Highland Pa rk
Meran Dadgostar
530 SH19/SH74B/US177 Joint Seal Repair
$782 ,5 94 100%
ODOT
Matt Moshiri
214 948-4261
June-09
214 521-4161
June-09
405 307-8378
537 SH 356 @ Regal Row Intersection lmprov.
$186 ,675 100% July-09
Owner: TXDOT
Enrique Guillen 214 320-6620
538 Spur 97 Epoxy Overlay
$481 ,761 100% July-09
TxDOT
Ralph Browne 817 399-4301
539 IH 10 Expansion Joint Replacement
$436 ,976 100% July-09
LaDOT
Jennifer Branton 504 816-7303
540. Corinth St Viaduct Bridge Rehab of Historic Bridge
$1 ,865 ,329 100% September-09
Owner: TXDOT-Mesquite
David Lott 214-340-4400
27
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
541 I 49 over Bert Kouns Beam Repairs 551 Rehab Airfield Pvmts FY 08
$1 ,098 ,625 100 % September-09 $775 ,930 100% December-09
LADOT Owner: Sunmount Corp./DFW Airport
Jim Hollier 318 676-7832 Al Brown 940 648-274 1
542 VA Locations Epoxy Overlay-Ft Worth 552 DeCordova Bend Dam Gate Rehab
$525 ,847 100% September-09 $3 ,576 ,750 100% December-09
C ity of Ft. Worth Owner: Brazos River Authority
Tariqul Islam 817 392-7800 Murphy Parks 817 735-7300
543 Jimmy Davis Bridge Repair 553 US 64/US 75/ I 244 Bridge Repair
$538 ,076 100% September-09 $584 ,011 100 % Octob er-09
LaDOT ODOT
Ray Mumphrey 225 379-1446 Bruce Arno ld 918 836-7116
544 SH 11 @ Memorial Bridge Rehab 554 Lancaster Bridge Rehab
$231 ,3 31 100% September-09 $538 ,560 100% December-09
ODOT City of Ft. Worth
Bruce Arnold 918 836-7116 Tariqul Islam 817 392-7800
545 SH 361 @ GIWW Bridge Rehabilitation 555 VA Locations Bridge Repairs & Painting
$159,100 100% September-09 $781 ,272 100% January-10
TxDOT C ity of Ft. Worth
Bill Reitmann 361 808-2300 Tariqul Islam 817 392-7800
546 US 81 @FM 51 Beam Repair 556 Spur 115 Bridge Rehab
$120 ,230 100% September-09 $46 ,105 100% January-10
TxDOT McAllen Cons/Tx DOT
Bill Nelson 940 626 -340 0 W illiam Callahan 956 686-7819
547 I 20@ Caney Creek Bridge Deck Repairs 557 Rehab Landside Bridges FY-08
$68 ,685 100% September-09 $848,480 100 % December-09
LaDOT DFW Airport
David North Jr. 318 371-3010 Marco Perez 972 973-1853
548 IH 45@ IH 610 Beam Section Reprs 558 IH-35@ Nueces River
$107 ,1 94 100% September-09 $367 ,193 100% December-09
TxDOT TxDOT
Cliff Halvorsen 713 802-5340 Carlos G. Rodriguez 956 712-7701
549 IH 30 @ FM 989 Bridge Raising 559 IH45 VA Bridge Deck Repair
$370 ,911 100% December-09 $507 ,638 100% October-09
Owner : Austin Bridge/TXDOT TxDOT
Michael Landen 214 596-7300 Gary Charlton 214 320-6208
550 US 59 Bridge Raising/Painting 560 US 84 @ SH 208 Bridge Rehab
$273,800 100% November-09 $541 ,707 100 % October-09
Owner: Zachry Const. TxDOT
Dena Dela Fuenta 281 431 -4153 Mike Molter 325 573-0143
28
561 1-10/US 90 Joint Rehabilitation
$358 ,602 100 %
LaDOTD
Jeff Faust
562 Rehabilitate High Mast Poles
$257 ,310 100 %
DFW Aiport
An thony Andrews
563 SH 276 Bridge Rehabiliation
$224 ,825 100 %
TxDOT
Cra ig Miser
564 I 35 @ Louisiana Ave Beam Repair
$64 ,000 100%
TxDOT
David Lott
565 US 36 Concrete Beam Repair
$33 ,035 100 %
KDOT
Leroy Koehn
566 I 235 & I 240 Column Repairs
567
$185 ,021 100 %
ODOT
Rick Bond
GIBSON AND ASSOCIATES, INC. AIA FORM 305
AIA FORM 305
November-09
33 7 262 -6206
January-10
972 -973-1 864
January-10
90 3 455 -236 3
December-09
214 -340-4400
November-09
785 336-21 83
December-09
405-808-94 11
29
GIBSON AND ASSOCIATES, INC. AJA FORM 305
AIA FORM 305
30
·n
t.0
N
City of Fort Worth
Finance Depar tment • Purchasing Division
1000 Throckmorton St r eet
F ort Worth, Texas 76102
RECEIPT OF BID
I, ~·? /' -----/ /I -,
l
Individual Delivering: --------------,-------;~.,~"""'=~----------------=-
!
(_,;(}JI I/J u Bid T itle and Number:
l
J E mployee Signature : __________ ,___ _____________________ _
1
GIBSON & ASSOCIATES , INC .
11210 Ryliecrest Drive / P O Box 800579
Balch Springs , TX 7 5180
972-557-1 199
Cit y of Ft Worth
1000 Throckmorton Str.
Purc hasing Divisio n
Fort Worth , Texas 76102-6311
Bids for : Br idge Repair and Repai nting at T hree Locations (2010-13 )
Project # GG01-539590-0202003
Addendum No . 1 Acknowledged
.-
FORT WORTH
August 9, 2010
Patrici a Bl a ckbum , •
G ibson & Associates, In~. ,1 REcr:y~ ... ,
P.O . Box 800579 : ~-t. i }; .J
Balch Springs,, TX 75180
DOE/Project# GGOl-539590-0202003
RE : Bridge Repair and Repainting at Three Locations, 2010-13
M&C# C-24303
City Contract No.:
To Whom It May Concern:
Your firm was awarded the above contract on 7/13/2010 with the City of Fort Worth, T exas, in the amount
of$819 ,140.00. Part of the consideration in awarding the contract was your company's compliance with the
City's M/WBE Ordinance.
Your company's bid conunitted to the follow ing M/WBE participation:
Cowtown Redi Mix, Inc.
Ram Tool & Supply Company, Inc.
RG Painting
Concrete
Patching Material
Painting
... for a total of $496,285 .00 representing a 61.00% overall partic ipation goal.
$ 4,000.00
$ 6,300.00
$ 485,985.00
NOTE: COMPLIANCE WITH THE CITY'S M/WBE ORDINANCE 15530, AS WELL
AS ANY SUBSEQUENT AMENDMENT(S) REQUIRES SUBMISSION OF 'LETTERS
OF INTENT' OR 'EXECUTED AGREEMENTS' BETWEEN YOU AND THE M/WBES
LISTED ABOVE. THESE LETTERS OR AGREEMENTS ARE TO INCLUDE 1) THE .
NAME OF THE CONTRACT, 2) THE NAME OF THE M/WBE FIRM, 3) SCOPE OF
WORK, 4) DOLLAR AMOUNT OF THE WORK AND 5) THE SIGNATURES OF BOTH
PARTIES. AT THE REQUEST OF THE MANAGING DEPARTMENT, TIDS
INFORMATION MUST BE SUBMITTED AT THE PRE-CONSTRUCTION MEETING,
OR TO THE PROJECT ENGINEER FOR ENGINEERING AGREEMENTS. THE
TIMELY SUBMISSION OF THIS INFORMATION WILL EXPEDITE ALL
CONTRACTUAL MATTERS AND THE ISSUANCE OF THE NOTICE TO PROCEED.
'
ECONOMIC AND COMMUNITY DEVELOPMENT DEPARTMENT
MINORITY/WOMEN BUSINESS EN TE RPRISE
OFFICIAL RECORD
CITY SECRETARY
THE Cm OF FoRT W ORT H • -T HROC KMO RTON STREET • FoRT W onTH T EXAS 7610 2 /000 ' 817 -392-6 104 • FAX 817-392 -Slli5
1 ~~ WORTH, TX _
·-··-.. .. . .
PRIME COMPANY NAME:
Gibson & Associates, Inc .
PROJECT NAME :
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
I MIW/DBE I X I NON-MIW/DBE
Br idge Repair & Repainting@ Three Locations (2010-13) BID DATE
February 25 , 2010
City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER
16% 60 .59% GG01-539590-0202003
Identify all subcontractorslsuppliers you will use on this project
Failure to complete this form , in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specificat ions.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geograph ic area of Tarrant,
Parker , Johnson, Collin , Dallas , Denton, Ellis, Kaufman and Rockwall counties .
Identify each Tier level. Tier is the level of subcontracting be low the prime contractor, i.e ., a direct
payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to
its supplier is considered 2"d tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Centra l Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway divis ion . 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
t rucks 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, includ i ng owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
Rev . 5/30/03
fORTWORTH
--~
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list MIWBE firms first , use additional sheets if necessary .
Certification
(check one)
SUBCONTRACTOR/SUPPLIER T1----~--1 n
I N T
N
0
Company Name
Address
Telephone/Fax
e M
r B
E
Ram Tool and Supply Co 1
2220 Carson St.
Ft. Worth, TX 76117
214 566-8624
817 759-2799
R G Painting
2329 Cedar Grove Dr
Dallas, TX 76116
817 731-7890
817 732-9890
Cowtown Redi Mix
3401 Bethlehem Ave
Forth Worth, TX 76111
817 759-1919
817 759-1716
1
1
W C X M
B T D W
E R O B
C T E
A
)(
)<
Detail
Subcontracting Work
Painting
Concrete
Detail
Supplies Purchased
Patching
Material
American Barricade
Company, Inc .
1 X Traffic Control
107 E. Enon Ave .
Everman, TX 76140
817-318-0003
817-293-8053
SSI
2900 Marquita Dr
Fort Worth, TX 76116
817 731-7890
817 732-9890
1 X Epoxy
-----
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Dollar Amount
$6,300.00
$485,985.00
$4,000.00
$3,280.00
$32,000.00
Rev. 5/30/03
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 496,285.00
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 35,280.00
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 531,565.00
ATIACHMENT 1A
Page 4 of 4
The Contractor will not make additions , deletions, or substitutions to th is certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination .
By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books , records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on th is 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 work for a period of not less than three (3) years and for init iating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
1-1,J/'...: 9.a
Authorized Signature v
President ·
Title
Gibson & Associates. Inc .
Company Name
P .O. Box 800579
Address
Balch Springs, TX 75180-0579
City/State/Zip
William J. Gibson
Printed Signature
Pam Davis
Contact Name/Title (If different)
972-557-1199/972-557-1552
Telephone and/or Fax
pamd@gibsonassoc.net
E-mail Address
April 22, 2010
Date
OFFICIAL RECORD
CITY SECRE ARY
FT.WORTk n Rev. 5/30/03