HomeMy WebLinkAboutContract 59261CONTRACT
FOR
THE CONSTRUCTION OF
UTILITY CUT REP AIR
CONTRACT 1-: UC0l-2023
City Project No. UC0l-2023
Mattie Parker
Mayor
David Cooke
City Manager
Chris Harder
Director, Water Depaiiment
Prepared for
The City of Fort Worth
WATER DEPARTMENT
2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
-
CITY OF FORT WORTH, TEXAS
WATER DEPARTMENT
; · UTILITY CUT REPAIR
, 1-C(!NTRACT 1 -UC0J-2023
· City Project No. UC-OJ 2023
CHRIS HARDER, P.E.
. DIRECTOR
WATER DEPARTMENT
2023
fORTWORTH ®
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 -General Conditions
00 05 10 Mayor and Council Communication
00 05 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Statement
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequalifications
00 45 12 Prequalification Statement
00 45 13 Prequalification Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 40 Business E quity Goal
00 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of [nsurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
ff . . 01 G IVISIOn -enera IR t eQmremen s
01 11 00 Summary of Work
01 25 00 Substitution Procedures
013119 Preconstruction Meeting
01 31 20 Project Meetings
01 32 16 Construction Schedule
01 32 33 Preconstruction Video
01 33 00 Submittals
01 35 13 Special Project Procedures
01 45 23 Testing and Inspection Services
01 50 00 Te mporary Facilities and Controls
01 55 26 Street Use Permit and Modifications to Traffic Control
01 57 13 Storm Water Pollution Prevention Plan
015813 Temporary Project Signage
01 60 00 Product Requirements
01 66 00 Product Storage and Handling Requirements
01 70 00 Mobilization a nd Remobilization
01 71 23 Construction Staking and Survey
01 74 23 Cleaning
017719 Closeout Requirements
01 78 23 Operation and Maintenance Data
01 78 39 Proi ect Record Documents
CITY OF FORT WORTH
STANDARD CONS TRUCTION SPECIFICATION DOCUMENTS
Rev ised September 9, 2022
Page I of4
Last Revised
07 /01/2011
07/01/2011
07/19/2021
11/02/2021
02/2 4/2020
09/30/2021
01/20/2012
09/11/2017
06/27/2011
08/13 /2011
09/30/2021
08/13/2021
07 /01 /2011
10 /27/2021
11/23/2021
07/01/2011
07/01/2011
07 /01/2011
07 /01 /2011
08 /23 /2021
03 /09/2020
as ev1se L tR . d
12 /20/2012
07/01/2011
08/17/2012
07/01 /2 011
08/13/2021
07/01/2011
12 /20/2012
03/11/2022
03 /09/2020
07/01 /2011
03/22/2021
07/01/2011
07/01 /2011
03 /09/2 020
07/01 /2011
11 /22/2016
02/14/2018
07/01/2011
03/22/2021
12/20/2012
07/01/2011
UTILTY CUT REPAJR
CONTRACT I 2023
City Project UCO 1-2023
00 00 00
STANDARD CONSTRUCTIO N SP EC IFIC ATION DOCUMENTS
Page 2 of4
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 -Existin Conditions
02 41 14 Utili Removal/Abandonment
Division 03 -Concrete
03 34 16 Concrete Base Material for Trench Re air
03 80 00 Modifications to Existin Concrete Structures
ff . . 32 E t . I IVISIOn -x enor mprovemen s t
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
32 12 16 Asphalt Paving
32 13 13 Concrete Pavin g
32 91 19 Topsoil Placement and Finishing of Parkways
Division 33 -Utilities
Date
Modified
33 05 14 Adjusting Manhole s, Inlets , Valve Boxes, and Other Structures to
Grade
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 -Existin Conditions
02 41 15 Pavin Removal
Division 03 -Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Stren h Material (CLSM)
Division 31-Earthwork
I 313700 I Riprap
ff . . 32 E t . I IVISIOn -x enor mprovemen s t
32 11 23 Flexible Base Courses
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 14 16 Brick Unit Paving
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 17 23 Pavement Markings
32 32 13 Cast-in-Place Concrete Retaining Walls
CITY OF FORT WORTH
ST AND ARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Revi sed September 9, 2022
Last Revised
02 /02 /2016
03 /11/2022
12/20 /2012
12/20 /2012
12/20 /2012
12/09 /2021
12/20 /2012
12/20 /2012
06 /1 0/2022
06 /10/2022
06 /05 /2018
UT ILTY CUT REPAIR
CONTRACT I 2023
City Project UCO 1-2023
00 00 00
ST AND ARD CONSTRUCTIO N SPECLF ICA TION DOCUMENTS
Division 33 -Utilities
33 05 10 Utility Trench Excavation, Embedment, and Backfill
33 05 13 Frame, Cover and Grade Rings
33 05 16 Concrete Water Vaults
33 05 17 Concrete Collars
33 49 10 Cast-in-Place Manholes and Junction Boxes
33 49 20 Curb and Drop Inlets
33 49 40 Storm Drainage Headwalls and Wingwalls
Division 34 -Trans ortation
34 71 13 Traffic Control
Appendix
GC-6.06.D
GC-6.07
DETAILS
Minority and Women Owned Business Enterprise Compliance
Wage Rates
Paving Details
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Page 3 of4
04/02 /2021
09 /09 /2022
12/20 /2012
03/11/2022
12/20/2012
03/11/2022
07 /01/2011
03 /22 /2021
UTILTY CUT REPAIR
CONTRACT I 2023
City Project UCO 1-2023
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 02/14 /23
LOG NAME: 6 0UC RC1202 3-JASCO
SUBJECT
M&C FILE NUMBER: M&C 23-0126
(ALL) Authorize Execution of a Contract with Jasco Constru ction , LLC , in an Amount Up to $300 ,000 .00 for the Utility Cut Repa ir Contract 1 -2023
at Various Locations Throughout the City
RECOMMENDATION:
It is recommended that the City Coun c il authorize exe cution of a contract with Jasco Construction , LLC in an amount up to $300 ,000.00 for the
Utility Cut Rep air Contract 1 -2023 at various locations and authorize up to four renewals .
DISCUSSION:
The work to be performed under this contract consists of utility street repairs which are necessary after main replacements and re pa irs are made
by the Water Department's Field Operations crews . The Water Department is neither staffed nor equipped to perform some of the larger repairs.
This contract is necessary to maintain a reasonable repair schedule , minimize disruption to the public and ensure street repairs do not adversely
impact the life of the remaining street.
The project was advertised for bid on December 8 , 2022 and December 15 , 2022 in the F ort W orth Star-Telegram and on January 5 , 2023 the
following bids were rece ived :
Bidder Amount Time of
Completion
IIJasco Construction , LLC $293 ,134.10
'l 80a,;:!· •• alk Paving & Construction , $368 .965 .001 LLC
Staff has reviewed the bid and proposed unit prices and considers them to be fair and reasonable .
The bid documents included stipulations that the total quantities listed may not reflect actual quantities and that the amount budgeted for the
project is $300 ,000.00 . Payments will be made based on actual measured quantities . The bid documents also included a stipulation giving the
City the option to renew this contract four times under the same terms , conditions and unit prices subject to appropriation of funds.
FUNDING: The maximum annual amount allowed under this agreement will be $300 ,000 .00 however the actual amount used will be based on the
need of the department and available budget. Funding is budgeted in the Other Contractual Services account of the Water and Wastewater
Departments' Water & Sewer Fund .
AGREEMENT TERMS: The agreement may be renewed for four additional renewals at the City 's option. The renewal action will not require City
Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligation during the renewal terms . This
amendment will not impact the agreement terms that have already been set in place .
BUSINESS EQUITY: Jasco Construction , LLC is in compliance with the City's Business Equity Ordinance by committing to 24 percent Business
Equity participation on this project. The City's Business Equity goal on this project is 24 percent.
This project is located in ALL COUNCIL DISTRICTS .
FISCAL INFORMATION/ CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation , funds are available in the current operating budget , as previously
appropriated , in the Water & Sewer Fund . Prior to an expend iture being incurred , the Water Department has the responsibility to validate the
availability of funds .
Submitted for City Manager's Office by: Dana Burghdoff 8018
Originating Business Unit Head: Chris Harder 5020
Additional Information Contact: J . Chris Underwood 2629
UCRCI2023-JASCO FID Table
~ ______ ___ ___ _ _ ____ _ ___________________ FIDs ~ua!.l__ _______ _
Rec# [ Fund l Dept# l Account r Project ID j Activity r ~~:;et 7 CF 2 I Program I Amount I Purpose Xfer
-~------r-----__ FIDs {_REVENUE or EXPENSE -No KK or GL Entries Needed
Rec# i Fund Dept# fccou~ject ID r Budget CF 2 Program Amount Purpose Xfer
i Year
56001 0607011 5330201 $210,000 .00
56001 0707008 5330201 $90,000 .00
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
00 05 10 - I
MAYOR AND COUNCIL COMMUN ICATIO N (M&C)
SECTION 00 05 10
MAYOR AND COUNC IL COMMUNlCA T ION (M&C)
END OF SECTION
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Jul y I, 2011
Page I of I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
000515-1
CITY OF FORT WORTH
WATER DEPARTMENT
ENGINEERING SERVICES DIVISION
ADDENDUM NO. 1
UTILITY CUT REP AIR
CONTRACT 1 2023
CITY PROJECT NO . UC-01 2023
RELEASE DA TE: November 18, 2022
BID RECEIPT DATE : December 1, 2022
JNFORMA TION TO BIDDERS :
Page I of I
The Specifications and Contract Documents for the above mentioned project are revised and amended as follows:
1. In the INVITATION TO BIDDERS; the GENERAL DESCRIPTION OF WORK consists of:
UNIT I -CUTS LESS THAN 200 SQUARE FEET
UNIT II -CUTS GREATER THAN 200 BUT LESS THAN 1,000 SQUARE FEET
UNIT III -CUTS GREATER THAN 1,000 SQUARE FEET
UNIT IV -ALL CUTS ASPHALT WITHOUT BASE REGARDLESS OF SIZE
UNIT V -ADDITIONAL ITEMS REQUIRED OTHER THAN PAVING
The INVITATION TO BIDDERS shall be REVISED in that the GENERAL DESCRIPTION OF
WORK consists of:
UNIT I -CUTS LESS THAN 300 SQUARE FEET
UNIT II -CUTS GREATER THAN 300 SQUARE FEET
UNIT III-ADDITIONAL ITEMS REQUIRED OTHER THAN PAVING
2. ln the entire PROPOSAL FORM shall be REPLACED with the attached PROPOSAL FORM
3. All PREQUALIFICATION requirements specified in this contract shall be waived.
Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope.
RECEIPT ACKNOWLEDGED:
CITY OF FORT WORTH
CHRIS HARDER, P .E.
DIRECTOR, WATERDEPARTMENT
By:__,r-on ___ ___..,~h~o~/J _I~"----
Ton Sholola, P .E.
Assistant Director,
Water Department Capital Delivery
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July l, 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 l 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
SECTION 00 05 15
ADDENDA
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFIC ATION DOCUMENTS
Rev ise d Ju ly I , 20 11
00 05 15 -I
ADD ENDA
Page I o f I
UTI LITY CUT REPAIR
CONTRACT I 2023
Ci ty Project No . UC-0 1 2023
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
00 11 13
fNVJT A TJON TO BIDDERS
Page I of2
Sealed bids for the construction of UTILITY CUT REPAIR CONTRACT 12023, City
Project No. UC0l-2023 ("Project") will be received by the City of Fort Worth Purchasing Office
until 1 :30 P.M. CST, Thursday, January 5, 2023 as further described below:
City of Fort Worth
Purchasing Division
200 Texas Street
Fort Worth, Texas 76102
Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above;
Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers.
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
UNIT I -CUTS LESS THAN 300 SQUARE FEET
UNIT II-CUTS GREATER THAN 300 SQUARE FEET
UNIT III -ADDITIONAL ITEMS REQUIRED OTHER THAN PAVING
TIME PERIOD AND RENEWALS
The time period of this Agreement will be for one calendar year or the expiration of the funding ,
whichever occurs last. The City reserves the right to renew the contract for up to four (4)
additional one calendar year time periods or up to four ( 4) additional expenditures of $300,000.00
under the same terms, conditions and unit prices. The City shall provide at least sixty (60) days '
notice to the Contractor of the City's intent to renew.
PREQUALIFICA TION
No Prequalification will be required on this contract as discussed and outlined in Section 3 of
00 21 13 -INSTRUCTIONS TO BIDDE RS.
DOCUMENT EXAMINATION AND PROCUREMENTS
Th e Bidding and Contract Documents may be examined or obtained on-line by visiting the City
of Fort Worth 's Purchasing Division website at http://www.fo rt worth tex as.gov/purch as in g/ and
clicking on the link to the advertised project folders on the City's electronic document
management and collaboration system site. The Contract Documents may be downloaded ,
viewed , and printed by interested contractors and/or suppliers.
Bid Document Package
https://docs . b360.autodesk. com/shares/f12c 7788-b8ca-4271-ae35-ee 16a93385c1
Addenda Folder
https://docs . b360 .autodesk. com/shares/94 78fa34-79e3-4691-8556-c9dabe54bf5d
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIF ICATION DOCUMENT
Revised 7/19/2021
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC0 l-2023
00 I I 13
IN VITATION TO BIDDERS
Copies of the Bidding a nd Contract Documents may be obtain ed from
J . Chris Underwood
Water Department, Design Services
927 Taylor Street
Fort Worth , Texas 76102
The cost of Bidding and Contract Documents is: No Cost
EXPRESSION OF INTEREST
Page 2 of2
To e ns ure pote nti a l bidders are kept up to date of any n ew information pertine nt to thi s project, all
interested parties are requested to email Express ion s of Interest in thi s procureme nt to the City
Project Manager and the D esign Engineer. The e ma il should includ e the company's nam e,
co nt ac t person and that individual 's email address and phone number. All Addenda will be
distributed directly to those who hav e expressed an interest in the procure ment and will also be
posted in the City of Fort Worth's purchasi ng webs ite at http://fortworthtexas.gov/purchasing/
PREBID CONFERENCE
A prebid conference will b e he ld as di scussed in Section 00 2 1 13 -INSTRUCTIONS T O
BIDDERS at the following lo cation , date, and time:
LOCATION: 311 W 10th Street-Conference Room
DATE:
TIME:
Fort Worth , TX 76102
Tuesday, December 20, 2022
9:00AM
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
C ity reserves th e ri g ht to waive irre g ulariti es and to accept or reject any or all bid s.
AWARD
City will award a contract to th e Bidder pre se nting the lowes t price , qualification s and
competencies considered.
INQUIRIES
All inquiries r e lat ive to this pro c urement should be addressed to the following :
Attn: J . Chris Underwood, City of Fort Worth
Email: john.underwood@ fortworthtexas.gov
Phone: (817) 392-2629
AND/OR
Attn: Lawrence Hamilton, P.E., City of Fort Worth
E mail : lawrence .hamilton @ fortworthtexas.gov
Phone: (817) 392-2626
ADVERTISEMENT DATES
December 8, 2022
December 15, 2022
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SP ECIF ICATION DOCUMENT
Rev ised 7/19/202 I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UCO 1-2023
1. Defined Terms
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
00 21 13
rNSTRUCTIONS TO BIDDERS
Page l o f9
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 -GENERAL CONDITIONS.
1.2 . Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the s in gular and plural thereof.
1.2.1. Bidder: Any person, firm , partnership , company, association , or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents .
1.2 .2. Nonres id ent Bidder: Any person , firm, partnership , company, association, or
corporation acting directly throu gh a duly authorized representative , submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lo west responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award .
2. Copies of Bidding Documents
2 .1. Neither City nor Engineer shall assume a ny responsibi lity for errors or mi s interpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engin eer in making copies of Bidding Documents availab le do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other u se.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3 .1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation id entified in Section 00 45 11
on Section 00 45 13 PREQUALIFICA TION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. T he
subcontractors li sted by a Bidder on 00 45 12 must be prequalified for the appropriate
work types . Subcontractors must fo llo w the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required file s through the City's website at:
https://apps.fortworthtexas.gov/ProjectResources/
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENT
Revi sed/Updated November 2, 202 1
UTILITY CUT REPA IR
CONTRACT l 2023
City P roject No. UC -0 l 2023
00 2 1 13
INSTRUCTIONS TO BIDDERS
Pa ge 2 o f9
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation id entified in Section 00 45 11 ,
BIDDERS PREQUALJFICA TIONS.
3 .2. I.Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6 .1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low
bidder for a project to submit such additional information as the City, in its so le
discretion may require , including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in eval uating and assessing the ability of the apparent lo w bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipu lated time frame . Based upon the City's assessment of the submitted
information , a recommendation regarding the award of a contract will be made to the
City Council. Fai lure to submit the additional in formation, ifrequested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Counci l.
3.4. In addition to prequalification , additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examina tion of Bidding and Contract Documents, Other Related Data, and Site
4.1 . Before submitting a Bid, each Bidder:
4.1 .1. Shall examine and carefu ll y study the Contract Documents and other related data
identified in the Bidding Documents (in clud in g "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto , shall be binding upon the City.
4.1.2. Should visit the site to become fami li ar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1 .3. Shall consider federal , state and local Laws and Regulations that may affect cost,
progress , performance or furnishing of the Work .
4.1.4. Not Used
4.1.5. Shal l study all : (i) reports of exp loration s and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Condition s, if any ,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENT
Revised/Updated November 2, 2021
UT ILITY CUT REPAIR
CONTRACT I 2023
City Proj ect No. UC-0 I 2023
00 2 1 13
INSTRUC TIONS TO BIDD ERS
Page 3 of9
4.1.6 . Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research , investigations, tests , borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access , upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. B idder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations , investigations, tests and studies.
4 .1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclus ively and solely
upon their own estimates , investigation, research, tests , explorations , and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood th at the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4 .1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantag e of any gross error or omis s ion in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.2 . Reference is made to Section 00 73 00 -Supplementary Conditions for identification of:
4.2.1. those reports of explorations and tests of sub s urface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents .
The logs of Soil Borings, if any, on the plans are for general information only .
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4 .2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents .
C ITY OF FORT WORTH
STAND A RD C ONSTRUC TION SPEC IFI CATI ON DOCUMENT
Revised/U pd ated Novem be r 2, 202 1
UTILITY CUT REPAIR
CO NTRACT I 2023
C ity Project No. UC -0 I 20 23
00 2 1 13
INSTRUCTIONS TO BIDDERS
Page 4 of9
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4.Standard insurance requirements , coverages and limits .
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the s pecific means , methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents , (iii) that Bidder has given City written notice of all
conflicts, errors, ambi g uitie s and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Parag raph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum , Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents . All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way , easements, and/or permits are not obtained, the City reserves the right to cance l
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/o r permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated November 2, 2021
UTILI TY CUT REPAIR
CONTRACT I 2023
City Proj ect No . UC-0 I 2023
6. Interpretations and Addenda
00 2 1 13
INSTRUCTIO NS TO BIDDERS
Page 5 of9
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City in writing on or before 2 p.m ., the Monday prior to the Bid opening. Questions
received after this day may not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Address questions to:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attn: J. Chris Underwood, Water Department
Emai 1: john. underwood@fortworthtexas.gov
Phone: (817) 392-2629
6 .2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3.Addenda or clarifications may be posted via the City's electronic document management
and collaboration system at
https ://docs . b360 .autodesk .com/shares/94 78fa34-79e3-4691 -8556-c9dabe54bf5d
6.4. A prebid conference may be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference . City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7 .1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five
(5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued
by a surety meeting the requirements of Paragraph 5.01 of the General Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of
Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFI CATION DOCUMENT
Rev ised/Updated November 2, 2021
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-01 2023
8. Contract Times
0 0 21 13
INSTRU CTIONS TO BIDDERS
Pa ge 6 of9
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded , will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6 .05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
l 1 .1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100 ,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021 , as amended (replacing Ordinance
No. 24534-11-2020), codified at:
http s ://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2 . No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents; additional copies may be
obtained from the City.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink.
Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A
Bid price shall be indicated for each Bid item, alternative, and unit price item listed
therein. In the case of optional alternatives, the words "No Bid," "No Change," or
"Not Applicable" may be entered. Bidder shall state the prices for which the Bidder
proposes to do the work contemplated or furnish materials required. All entries shall
be legible.
CITY OF FORT WORTH
STANDARD CONSTRUC TION SPEC IFI C ATION DOCUMENT
Re vise d/Updated November 2, 2021
UTILITY CUT REPAIR
CONTRACT 1 2023
C ity Proj ect No. UC-01 2023
00 2 1 13
IN STRUC TIO NS TO BIDDERS
Page 7 of9
12.3. Bids by corporations shall be executed in the corporate name by th e president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the si g nature.
12.4. Bids by partnerships shall be executed in the partnership na me and signed by a
partner, whose titl e must appear under the signature accompanied by evidence of
authority to sign . The official address of the partnership shall be shown be low th e
signature.
12 .5 . Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12 .6 . Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12 .8. All names shall be typed or printed in ink below the signature.
12.9 . The Bid shall contain an acknowledgement ofreceipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12 .10 . Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. E vidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 -Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and place indicated in the Advertisement or INVITATION TO BIDDERS ,
addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
envelope, marked with the City Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
through the mail or other delivery system , the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
14. Withdrawal of Bids
14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may
be withdrawn prior to the time set for bid opening. A request for withdrawal must be
made in writing and delivered to the Purchasing Office to receive a time stamp prior
to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if
the request is within one hour of bid opening, will not be read aloud and will
thereafter be returned unopened.
CITY OF FORT WORTH
STAND ARD C O NSTRUCTION SPEC IFICATION DO CUMENT
Re vised/Updated Nove mber 2, 202 I
UTILITY CUT REPAIR
CO NTRACT I 2023
City Proj ect No. UC-0 I 2023
0 0 21 13
fNSTRUCTIONS TO BIDDERS
Pag e8of9
14.2. In the event any Bid for which a withdrawal request has been timely filed has been
inadvertently opened , said Bid and any record thereof will subsequently be marked
"Withdrawn" and w ill be g iven no further consideration for the award of contract.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major a lternates (if any) will be made availab le to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bid s will remain subject to acceptance for a minimum of90 day s or the time period
specified for Notice of Award and execut ion and delivery of a complete Agreement by
Successful Bidder. City may , at City's sole discretion , release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17 .1. City reserves the ri ght to reject any or all Bids, including without limitation the ri ghts
to reject any or all nonconforming, nonre sponsive , unbalanced or conditional Bid s
and to reject the Bid of any Bidder if City believes that it would not be in the be st
intere st of the Project to make an award to that Bidder. City reserve s the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Di scre pan c ie s between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices . Discrepancies
between the indicated s um of any column of figures and the correct sum thereof will
be re solved in favor of the correct sum. Di sc repanci es between words and figures
will be re so lved in favor of the words.
17 .1.1. Any or all bid s will be reje cted if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any liti gation against City ,
City or Bidder may have a claim against the other or be engaged in litigation ,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17 .2 . In addition to Bidder's relevant prequalification requirements , City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organ izations proposed for those portions of the Work where the identity of such
Subcontractors , Suppliers , and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
g uarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such inve stigations as City deems necessary to assist in the
evaluation of any Bid and to estab li sh the responsibility , qualifications, and financial
abi li ty of Bidders , proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
CITY OF FORT WORTH
ST ANDA RD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated November 2, 2021
UTILI TY CUT REPAIR
CONTRACT 1 2023
City Project No . UC-0 I 2023
00 2 1 13
fNSTRUCT!ONS TO BIDDERS
Page 9 of9
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17 .5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in th e
best interests of the City.
17 .6 . Purs uant to Texas Government Code Chapter 2252.001 , the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would b e required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
bu s iness is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award , a Notice of Award will be issued by
the City.
17 .7.1. The contractor is required to fill out and sign the Certificate oflnterested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17 .8 . Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required numb e r of counterparts
of the Project Manual to City with the required Bonds, Certificates oflnsurance, and
all other required documentation .
18.2 . City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH
STANDA RD CONSTRUCTIO N SPECIFICATION DOCUMENT
Revi sed/Updated Novembe r 2, 202 1
UT ILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
00 35 13
CONFLICT OF INTEREST AFFIDAVIT
Page I of I
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City
Secretary's Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercises discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
https://www.ethics.state.tx.us/data/forms/conf1ict/Cl0.pdf
https://www.ethics .state.tx.us/data/forms/conf1ict/CIS.pdf
D
D
6
D
D
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
Title:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 24, 2020
~)1~e,~ [Y\Cd\CLC o (2_
(Please Print) G
UTILITY CUT REP AIR
CONTRACT I 2023
City Project No. UC-0 I 2023
SECTION 00 41 00
BID FORM
00 41 00
BID FORM
Page 1 of 3
TO : The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth , Texas 76102
FOR : UTILITY CUT REPAIR CONTRACT 1 2023
City Project No .: UC-01 2023
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted , to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents .
2. BIDDER Acknowledgements and Certification
2.1 . In submitting this Bid , Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2 .2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award , and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award .
2 .3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association , organization, or corporation.
2.4 . Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid .
2 .5 . Bidder has not solicited or induced any individual or entity to refrain from bidding.
2 .6 . Bidder has not engaged in corrupt, fraudulent , collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
CITY OF FORT WORTH
a . "corrupt practice" means the offering , giving, receiving , or soliciting of any thing of value likely to
influence the action of a public official in the bidding process .
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels , or (c) to deprive City of the benefits of free and open competition .
c. "collusive practice" means a scheme or arrangement between two or more Bidders , with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial , non-
competitive levels.
d . "coercive practice" means harming or threatening to harm, directly or indirectly , persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 9/30/2021
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-01 2023
3. Prequalification
00 41 00
BID FORM
Page 2 of 3
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a . NONE
b .
C.
d .
4 . Time of Completion
4 .1. The Work will be complete for Final Acceptance within 365 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions .
4.2 . Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of th is Bid :
a . This Bid Form, Section 00 41 00
b . Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5 .01 of the General Conditions .
c. Proposal Form , Section 00 42 43
d . Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f . Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit , Section 00 35 13
*If necessary , CIQ or CIS forms are to be provided directly to City Secretary
h . Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
6 .1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In
the space provided below , please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 9/30/2021
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-01 2023
00 41 00
BID FORM
Page 3 of 3
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts .
6.3.
Total Bid
7. Bid Submittal
This Bid is submitted on
Re.speFicttull subm;tted~-
By. _;___C ~
(Signature)
:=SW "l\ ~ \ "'\ l~-C{~--
(P~~e)
Title: l '1 rn
Company: -Scts l D. f J .It~(lJ ~\C,~
Address:· -L\ l.!4 O 8 ~IDl..J _ fl
'6u<li~ ,--n 7 \1 D Oi_,,,._b __
State of Incorporation: ; \ ~er
1y the entity named below.
Receipt is acknowledged of the Initial following Addenda :
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
Email : -SO\\ n 1\ L\ \'\ 1 '-~a~ w ~ ~9n'Lf \\ ,(61Y\_
Phone:-s \l -101-5\.Qr:D
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Fonn Revised 9/30/2021
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-01 2023
SECTION 00 43 37
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder , nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside 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 which the nonresident's principal place of business is located .
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section 8.
A. Nonresident bidders in the State of State Here or Blank , our principal place of business ,
are required to be % Here percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of State Here or Blank , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business _91 our company or our parent company or majority owner is
in the State of Texas.~
BIDDER:
~~st5etc~~u~,c!VL
Address Lll04 b 1=: r (l,U l0 '7
Address
City, State Zip Code fu(\Jl_ ~0\-1 14
·1Lto91 €fJ
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 9/30/20211
By: Printed Name Here JO tltJ I.I'( Ho W Ii /lY
~ILJ Signature)
Title: . ~ rt')
Date: )~ 1LJI Jd-
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-01 2023
SECTION 00 42 43
PROPOSAL FORM
00 42 43
BID PROPOSAL
Page I of 4
UNI T PRICE B ID B idder's Appli cation
Project Item In fomiation
Pay Item Bid L i st Item Specification Bid Quantity Unit of Description No. Sect ion No. Mea surem ent
UNIT I-CUTS LESS THAN 300 SOUARE FEET (ITEMS 1-7
1 3212 .0303 32 1216 1,500
2 3212.0304 32 12 16
3 9999.0001 32 13 13
32 13 73
4 3213 .0101 32 1313
32 13 73
5 3213.0104 32 13 13
32 13 73
6 3213.0106 32 13 13
32 13 73
7 3214.0200 32 14 16
CITY OF FORT WORTH
STA NDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Fo1m Revised 9/J0/2021
500
100
200
200
100
30
SY
SY
SY
SY
SY
SY
SY
3-i nch Asphalt Pave ment Type D
1°llt~f'( 11)(. Dollars
No Cents
4-inch Asphalt Pave ment Typ e D
foi(.f'( fr~ Dollars
No Cents
5-inch Concrete Pavement
Including Sili co ne Joint Sealing
S~f'T '?IX Doll ars
Ftvfi Ce nts
6-inch Concrete Pavement
Includ ing Si li cone Joint Seali ng
E,G.t-t'f-< 1"wo Dollars
~16H1''f Cents
9-inch Concrete Pavement
Including Silicone Joint Sealing
ON-l-l11foJ~6} ,~o 1"H~~rs
FIIIE Cents
11 -inch Concrete Pavement
10c~t>\f~~n~~~ealing
lltJ'9 '51x1~~,J Dollars
F1 J:"1'-r' Fl\lE° Cents
Brick Pavement Repair
Ett,trf"r Ftv~ Dollars
1'Jo Cents
Bidder's Pro pos al
Un it Pri ce
4> ,, ,oo
l14i.oO
11,1,.0 ,
l$i1.. 1D
1,,0~.05
iLL~. '5,
111,.00
Bid Value
ll tfl/,ooo
L
f 1.Z., 'idO
11 ~05 -
{Ll,,5'40
$ ~l{ "1 I o
-
f>t1 ,~S5
f 2,5?0
REVISED BY ADDEND UM I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
UNIT PRICE BID
SECTION 00 42 43
PROPOSAL FORM
Bidder's Appl icati on
00 42 43
BID PROPOSAL
Page 2 o f4
Project Item Infomiati on Bidder's Proposa l
Bid Lis t Item Specification Bid Quantity Unit of De script ion Unit Pric e Pay Item No. Sec tion No. Measure ment
UNIT II -CUTS GREATER THAN 300 SOUARE FEET HTEMS 8-14)
8 3212.0303 32 1216 1,500
9 3212.0304 32 12 16
10 9999.0001 32 13 13
32 13 73
11 3213 .0101 32 1313
32 13 73
12 3213 .0104 32 13 13
32 13 73
13 3213.0106 32 13 13
32 13 73
14 3214 .0200 32 14 16
CITY OF FORT WORTH
STANOAR D CONSTR UCTION SPECIFI CATION DOCUMENTS
Form Revised 9/30n021
500
100
200
200
100
30
SY
SY
SY
SY
SY
SY
SY
3-inch Asphalt Pavement Type D
1"tll~16-51X Dollars 4~'1.00 I D Cents
4-inch Asphalt Pavement Type D
Fot11 F,v; Dollars 44f.VO 'NO Cents
5-inch Concrete Pavement
Including Silicone Joint Sealing
2Evt1Jrt ~lJ. Dollars 41,.0, Fhi't Cents
6-inch Concrete Pavement
Including Silicone Joint Sealing
€lC.f.11 '( -fw<> Dollars 'Hz.iv t;,1Glf1 ,-Cents
9-inch Concrete Pavement
li~inui~o ~bsea ling
AtJCJ Tt1.tif Dollars 14 /tJ3.05 J:lv~ Cents
11 -inch Concrete Pavement
Including ,:f licone f rl!-8ealing
ONi cJt-JO i;
A>.10 ~I JcT,;~N Dollars iu~.55 Fir"'fv 1-,vE Cents
Brick Pavement Repair
~u;t-11'1' Fnli Dollars ~j5.0 D N{) Cents
Bid Value
t ,l/. ooo
122,?tJO
11, lt,05
1t(,, 5,c
tzo11,,10
jtl,~55"
12.,550
REVISED BY ADDENDUM I
UT ILITY CUT REPAIR
CONTRACT t 2023
City Project No. UC-0 I 2023
UNIT PRICE BID
SECTION 00 42 43
PROPOSAL FORM
Bidder's Application
00 42 43
BID PROPOSAL
Pagc)of4
Projecl Item lnfonnation Bidder's Proposal
Bid List Item Specification Bid Quantity Unit of Descri ption Unit Pri ce Bid Valu e Pa y Item No. Section No. Measurement
UNIT III -ADDITIONAL ITEMS REOUIRED OTHER THAN PAVING (ITEMS 15-251
15 3216.0102 32 16 13
16 3216.0102 321613
17 3213 .0401 32 13 20
18 3213 .0301 32 13 20
19 32 13 20
20 3291.0100 32 91 19
21 3212.0302 3212 16
22 3212.0302 3212 16
23 33 12 10
24 3216.0301 32 16 13
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Fo1m Revised 9/30/202 1
100 LF
100 LF
200 SF
100 SF
5 EA
50 CY
50 SY
50 SY
1 EA
30 SY
7-inch Concrete Curb and Gutter
1il1/l:1Y Dollars
JVV Cents
7-inch Concrete Curb and Gutter
Attached to Concrete Pavement
~1:/tll.1 '( Dollars
NO Cents
6-inch Reinforced Concrete Drivewa~
¼µf;
-.w,~1'1' Dollars
Cents
4-inch Reinforced Concrete
Sidewalk
SEVEN Dollars
~,V~N,Y Cents
4-inch Reinforced Concrete
ADA Wheelch".1 Ram0 ~ i" PJ .!.. vtJ ~c
Doll ars NO ttf'f-,'
Mo Cents
Top Soil
£tl:,l1f'( Ftvf. Dollars
NO Cents
2-inch Asphalt Paveme nt, Type D
Parking Lo t Repair
1'i,.16N1'( ~ flf(N Dollars
tJO Cents
2-inch Aspha lt Pavem ent, Type D
Driveway Repair
1"°'141.f/Jr"r' '7'iM Doll ars
Al O Cents
Water Meter ~justment
f't,J0 \JNQR_(i)
A,,(O F, r:1v Doll ars
Cents
7-in ch Concrete Valley Gutter,
Residential
5,vcr-rf'( Dollars
FoR1'"( '",E\J ~r-,, Cents
l{;o.oo
.
j ;o.oD
~'f.Zo
'$7.7D
11,0.00
1~5.oo
$ 21.0fJ
421,00 .
$15"6.oo
110-~1
i 3.~oc,
13000
$/. 'Jt/O
1>770
$3,75b
~4.2~()
1 /,; 56 ,
4 /,3~0
'f zJc.oo
t t,l\(lll
REVISED BY ADDENDUM I
UTILITY CUT REPAIR
CONTRACT t 2023
City Project No. UC-0 I 2023
UNIT PRICE BID
SECTION 00 42 43
PROPOSAL FO RM
Bidder's App lication
00 42 43
BID PROPOSAL
Pagc4 of4
Proj ect Item lnfonnation Bidder's Proposa l
Pay Item Bid List Item Specifica tion Bid Quantity Unit of Description Unit Pric e Bid Va lue
No . Sec tion No. Measu remen t
UNIT III -ADDITIONAL ITEMS REQUIRED OTHER THAN PAVI N G (ITEMS 15-251
25 01 55 26
34 711 3
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFI CATION DOCUMENTS
Fonn Revi sed 9/30/2021
5 EA Stree t Use Permit
One Hun dred
No
Do ll a rs
Cents $100.00 $500 .00
Total Bid ___ i _t_'f_'3_,---"/ 3_'/._,_,a
RE VISED BY ADDENDUM I
UT ILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
Bid Bond
CONTRACTOR:
(t'.Ta111e, legal stat11s and addresJ)
Jasco Construction , LLC
4640 Farm to Market Road 1187, Burleson , TX 76028
(817) 563-4800
O WNER :
p:!a111e, legal stat11s and address)
City of Fort Worth
200 Texas Street
B~~t0~0UNT:
TX
Nvt tv Exceed : Fif tee n Tho u. -an d
PROJECT: -
76102
Bond Numb er: 8B323782 _____ _
SURETY:
(Nm11 e, lega l tat11s awl p1i11tipal place of imsi11esJ )
Jet I nsurance Compa ny
11440 Ca rmel Commons Blvd Ste 207 Charlotte , NC 28226
8004381162
( $15,000.00 ) Do llars
(!Yn111 e, kmtio11 or address, n11d PrcyPd 111r111be1; if m!Y)
UC-012023
200 Texas Street, Fort Worth , TX 76102
The Contractor and Sur ety :ue bo und to the O,n1er in the am o unt se t forth ,l boYe , for the p ::i.ym em of which the
Contractor and Surety bind themse in·s, th eir heirs, exec utors, a Jministrators, successors and ::issigns, jointly 11 ncl
several\ as :_:,ro,·icled h erein. The conditions of thi s Bond are s•:ch that if the Owner ::icce pts the bid of the Comractor
within the time specified in the bid documents, or,,. ithin such time perio d as .rn1 y b e ,1greecl to by the Owner 1111d
Contractor, and the Contractor ei ther (1) em ers into :t contract with the Owner il l accord ance with the term s of su ch
bid , 1111d giYes such bond or b o nds 11s nrny b e specifi ed in t h e bidding o r Contract Documents. with 11 surety 11 dmitted
in the jurisdiction of the Project and otherwis e 11cce ptable to th e Owner for the faithful performance of such Contrac t
and for the prompt p ay-me nt of hbor and material furni sh ed in th e prosecution thereof; or (2) p11ys to the O w ner tl1 e
difference, nor to exceed the am ount of this Bond , between the 11 mount sp ecifi ed ill sai d bid and such larger amount
for which the Owne r may in good faith contract "·.ith another party to p erform the work con·red b~-s!l.i d bid, tl1 en thi s
o bliga ri on sh !!.ll b e null aud void, oth erwise to r em ail1 in full fo rc e ,rnd effect. The Sure ry hereby waives any notice of
an agree m ent b et\,·een the Owner and Co11tr,1ctor to ex te11d the ti m e in ,vhich the O,\·ner m ay acce p t the bid. \\'i11iver
of notice by the Surety sh all not apply ro a11y extension exceedu1g si.,;:ry (60) clays in th e aggregrue b ey oucl th e til11e for
acceptance of bids specifi e d in the bid d ocume nts, an d the O\\·ner 1111d Contrnctor slrn.ll obmin th e Surety's consent for
an extensiou b eyond sixty (60) d ays .
If th.is nond is iss u ed in connection with a snbco n trncror's bid to a Contrncro r, the term C o ntrn ctor in this Bond sh all
be d ee m ed to be Subco ntractor and the term O"·ner slrnll b e d ee m ed ro b e Contractor.
\\'IJ.1en tl1is Bo nd h as bee n furnished to comply with a srn tutory o r otl1er lega l require m ent in the loe11tion of the Proj ec t,
any provision in thi s B ond conflicting with said sta tutory or legal r equir ement shall be de emed deleted herefrom and
pro,isions conforming to such statutory o r oth er leg11l requirement shall b e d eemed inc orpora ted h erein. \\',hen so
furni shed, the illtent i s th at thi s Bond sh all b e cons tru ed as a sta tutory boud and n o t as a co mmon la,\· bond.
Sign ed and sea led this 3rd d ay of January
A ttorn ey In Fa ct
(Title)
2023
By arrangement with the American Insti tute of Architects , the National Association of Surety B ond
Producers (NASBP) (\V\,Vw.nasbp.org) makes th.is fo n u document ava ilable to its members, affiliates, and
associates in Microsoft Word fonnat for use in the regular course of surety business. NASBP vou ches that
the 01iginal text of this document conforms exactly to the text in AJA D ocum ent A3J0-2010 . Bid B ond.
Subsequ ent modifications may be made to the 01i gi11al text of this docmnent by u sers, so carefoi review of its
wording and consu ltation with an attorney are encouraged before its completion, execution or acceptance.
1
Bond Number: 88323782 -==~~----
JET INSURANCE COMPANY
POWER OF ATTORNEY
NOW ALL BY THESE PRESENTS : That JET INSURANCE COMPANY, a corporation organized and existing under the laws o, the State of '-lorth Carolina,
',aving its principa l office in Ci1arlotte Norti1 Carolina does he eby constitcIte and appoint
Name Limit of L iability pe r Bond
David Gonsalves $15,000.00
its trc1e and la~'Vful Attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds , undertakings , contracts of indemnity,
recognizances and other writings obl igatory in the nature thereof, which are or may be allowed. required or permitted by law. statute , rule , regulation ,
contract or otherwise provided thdt the liability of such shall not exceed the limit stated above
The execution of such instrument(s) in pursuance of these presents , shall be as binding upon JET INSURANCE COMPANY as fully and amply, to all
Intents and purposes . as if the same had been duly e·.;ecuted and acknowledged by its regularly elected officers at the principal office .
The Power of Attorney is executed and may be certified so , and may be revoked, pursuant to and by authority of the following resolutions adopted by '.:·,e
l::soard of :Jirectors of J::T H~SURANCE COMPANY by unanimous writte n const.nt oatt.d August 3. :01 8, of wh ich the following is a true excerpt:
RESOLVED that the President . or any V ice President. act ing with any Secretary or Assistant Secretary, shall have power and authority to appoint
Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, attach the Seal of the Company thereto and deliver, bonds, undertakings ,
contracts of indemnity, recogn izances and other writings obl igatory in the nature the reof; to prescribe their respective duti es and the respective lim its of
their aJthority; and to revoke, at any time , any such Attorney-in-fact and revoke the authority given .
Further, th is 1-'ower of Attorney is signed and sealed by facs imile pursuant to resolution of the Board of Directors of the Company adopted by unan imous
written consent daLd August 3, 2018 , of wh ich the following is a true excerpt:
RESOLVED that the signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or certification
thereof authorizing the execution on behalf of the Company and delivery of any bond , undertaking , contract of indemnity, recognizance and other writings
obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, JET INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to
be affixed by its authorized officer, this 24'h day of August, 2022 .
STATE OF SOUTH CAROLINA
Cou,lty of Lancaster
Spencer Sllno , President
JET INSURANCE COMPANY
Rl::hard Popp, Secretary
On this 24th day of August, 2022 before me came the individuals who executed the preceding instrument , to me personally known , and being by me
duly sworn, said that each is the herein described and authorized officer of Jet Insurance Company ; that the seal affixed to said instrument
is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said
Company.
Sara C. Holt
Notary Pubiic, State of South C:1rolina
County o1 La. ,caster
My Cummission Expires 05/1712023
IN WITNESS WHEREOF , I have hereunto set my hand at ...'el Insurance
Company offices the day and year above written .
Sara C. Holt
Notary Public, State of South Carolina
My Commis~ion Expires May 17, 2023
I, Richard Popp , Secretary of JET INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of
Attorney executed by JET INSURANCE COMPANY , which is still in full force and effect.
IN WITNESS WHEREOF , I have thereunto set my hand and attached the seal of said Company this~ day of January
Richard Popp, Secretary
2023
SECTION 00 43 37
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders . This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside 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 requ ired to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of , 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 bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business ~our company or our parent company or majority owner is
in the State of Texas . ~
BIDDER:
J A5(,_0 t?'tJ s-r;20 c,,-not\J LL-C..
.,;. '4-111-~-FM t l i '1
'3u JtU: So/J -T"x 7 <, 0 -Z. i
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 9/30/20211
Title: (5~EIUtL MA ,JAG£~
Date : L//3 /7-o 2-3
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-01 2023
00 45 11 -I
BIDDERS PREQUALIFI C ATIONS
Page I o f3
SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
3
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12 , PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 mu s t submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below . The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31st day of March
19 in order to eligible to work on these projects . In order to facilitate the approval of a Bidder 's
20 Prequalification Application , the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements .
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) StatementofCashFlows
25 (4) StatementofRetained Earnings
26 ( 5) Notes to the Financial Statements , if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 oflncorporation, Articles of Organization, Certificate of Formation , LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c . A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/tax{X:'.rmit/ and fill out the
35 application to apply for your Texas tax ID .
36 (2) The firm 's e-mail address and fax number.
37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DUNS
39 number may be obtained at www .dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2 . Prequalification Requirements
46 a . Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 ( 1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
C ITY OF FORT WORTH
ST AND ARD C ONSTR UCTION S PECIFI C ATION DOC UM ENTS
Rev ised August 13 , 202 1
UTILITY CUT REPA IR
CONTRACT I 2023
C ity Project No. UC-0 I 20 23
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
3.
0045 11-2
BIDDERS PREQUALIF ICAT IO NS
Page 2 of3
(2) To be satisfactory, th e financial statements must be audited or reviewed
by an independent, certified public accounting firm register ed and in
go od standing in any state. Current Texas statues also require that
accounting firm s performing audits or r ev iew s on bus ine ss entities within
the State of Texas be properly licen sed or regis tered with the Texas State
Board of Public Accountancy.
(3) The accounting firm should state in the audit report or review whether
the contractor is an individuai corporation, or limited liability company.
(4) Financial Statements mus t be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
(5) The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
(6) The accountant's opinion on the financial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm 's opinion.
It should : (1) express an unqualified opinion, or (2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves th e right to require a new statement at any tim e .
(8) The fmancial statement must be prepared as of the last day of any month,
not more than one year old and must be on file with the City 16 month s
thereafter, in accordance with Paragraph 1.
(9) The City will deter mine a contractor's bidding capacity for the purposes
of awarding contracts. Biddin g capacity is determined by multiplying the
po s itive net working capital (working capital = current assets-current
liabilitie s) by a fac tor of 10 . Only those statements reflectin g a positive
net working capit al position will be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the time a new fmancia l
statement is being prepared , the previous statement shall be upd ated with
proper verification .
b . Bidder Prequa l ification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be
eligible to bid on all classes of construction and maintenance projects . Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
''None" or "N I A" sho uld be inserted.
(2) A minimum of five (5) references ofrelated work must be provided.
(3) Submission of an equipment schedule which indicates eq uipm ent under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification . The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
Eligibility for A ward of Contract
a . T he City shall be the sole judge as to a contractor's prequalification .
b. The C ity may reject, suspend, or modify any prequalification for failure by the
contractor to demonstrate acceptable fmancial ability or performance.
c. The City will issue a letter as to the s tatus of the prequalification approval.
C IT Y OF FORT WORTH UTILI TY CUT REPAIR
CONTRACT I 2023
C ity proj ect No. UC-0 I 2023
STANDARD CONSTRUCT ION SPECIF ICAT ION DOCUM ENTS
Revi sed Aug ust 13, 2021
2
3
4
5
6
7
8
9
00 45 11 -3
BIDDERS PREQUALIFICATIONS
Page 3 of3
d. If a contractor has a valid prequalification letter , the contractor will be eligible to
perform the prequalified work types until the expiration date stated in the letter.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
UTILITY CUT REP AIR
CONTRACT I 2023
City project No. UC-0 I 2023
SECTION 00 45 12
PREQUALIFICATION STATEMENT
00 45 12
BID FOR M
Pag e 1 of 1
Each Bidder for a City procurement is requ ired to complete the information below by identifying the prequal ified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed .
Majo r Wo rk Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
NONE Company Name Here or space Date Here or space
0 Company Name Here or space Date Here or space
0 Company Name Here or space Date Here or space
0 Company Name Here or space Date Here or space
-
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequal ified fo r the work types listed.
BIDDER:
Company Name Here
Address Here
Address Here or Space
City , State Zip Code Here
C ITY O F FO RT W O RTH
STANDA RD CO NSTRU CTIO N SP EC IFICATIO N DOCUM EN TS
Form Revised 9/30 /2021
END OF SECTION
By : Printed Name Here
(Signature)
Title : Title Here
Date : ------------
UTILI TY C UT REPAIR
CO NTRACT 1 2023
City Project No . UC-0 1 2023
fORTWORTH ' ~ ,
Date of Balance Sheet
SECTION 00 45 13
PREQUALIFI CATI ON APP LI CATI ON
Mark only one:
Individual
Name under wh ich yo u wis h to qualify
Limited Partnership
General Partnership
Corporat ion
Limited Liability Company
Post Office Box City State Zip Code
Street Ad dr ess (required) City State Zip Code
Telephone Fax Em a il
Texas Taxpayer Identification No.
Fed eral Emplo yers Identific atio n No.
DUNS No . (if applicable)
Email/mail this qu estionnaire alon g with fmancial s t atements to the appro priate gro up below . A separate
s ubmittal is required for water/s ewer, paving, and li ghtin g:
Work Category -Water Dept -Water/sewer Work Ca tegory -TPW Paving Work Category -TPW Ped/Rdwy L ighting
john. k asav ich @.Fort Worth Texas. gov Alici a.Ga rcia@fo rtworthtexas.gov cl int . h oo ver@fo rt worth tex as. gov
Fort Wort h Wat er Department E ngme enng and City ot Fort Worth Transportat10n and Public City ot Fort Worth TPW Transp o rt at ion
Fisca l Services Division 200 Texas St. Fort Works Dept. 8851 Camp Bowie West B lvd. Fort Manage ment Attn: Clint Hoover, P .E. 500 I
Worth , TX 76 102 Worth , Texas 76116 Attn: Alicia Garci a James Ave. Fort Worth , TX 76115
*Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application"
0045 13-2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of8
BUSINFSS CLASSIFICATION
The foUowing should be completed in order that we may properly c lassify your firm:
(Check t he block(s) whic h are app li cable -Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
D Has fewer than 100 emp loyees
and/or D Has less than $6,000,000.00 in ann ua l gross receipts
OR D Does not m eet the crit eria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
T he c lassification of your firm as a smaU or large business is not a factor in determining eligibility to
become prequalified.
Se lect major work categories for whic h yo u would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and max imum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
Water Department
Aug ur Borin g -24 -in c h diameter casing and less
Aug ur Boring -Greater than 24-inc h diameter casing and greater
Tunneling -36-In ches -60 -inches , and 350 LF or less
T unneling -36-Inc hes -60-inc hes, and greater than 350 LF
Tunneling -66" and greater, 350 LF and g reater
T unn e lin g -66" and greate r, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Dis tribution , Urban and Renewal, 8-inch diameter and smaUer
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmissio n, Development, 24-inches an d smaller
Water Transmission, Urban/Renewal, 24-inc hes and smaller
Water Transmission, Development, 42-inches and small er
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, D evelopm ent, AU Sizes
Water Transmiss ion , Urban/Renewal, AU Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches -36 -inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaUer
CCTV, 12-inches and smaller
CCTV, 18-in c hes and smaller
CCTV, 24-inc h es and smaller
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised A ugu st 13 , 202 1
UTILITY CUT REPAIR
CONTRACT 1 2023
C ity Project No . UC-0 I 2023
00 4 5 13-3
BIDD ER PREQUALIFIC ATION APPLIC ATION
P age 3 o f 8
MAJOR WORK CATEGORIES, CONIINUED
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
Sewer CIPP, 12-inches and smaller
Sewer CIPP , 24-inches and smaller
Sewer CIPP , 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and sma!Jer
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and sma!Jer
Sewer Pipe Enlargement, AU Sizes
Sewer Cleaning, 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning, All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12 -in ches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)*
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter,
driveways, and panel replacement, only concrete paving
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFI C ATION DOCUMENTS
Revi sed August 13 , 2021
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
1. List equipment you do not own but which is availabl e by renting
00 45 13 -4
BIDDER P REQUALlF ICATJON APPLICATJON
Page 4 of 8
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organizat ion been in business as a general contractor under your present
name? ___________________________________ _
List previous business names: __________________________ _
3 . How many years of experience in __________ construction work has your organization
had :
(a) As a General Contractor: _____ (b) As a Sub-Contractor: ____ _
4 . *What projects h as your organization completed in Texas and elsewhere?
CLASS LOCATION NAME AND D ETAILED
CONTRACT OF DATE CITY-COUNTY-ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If requalifymg only show work performed smce last statement.
5.Have you ever failed to complete any work awarded to you? _______________ _
If so, where and why? _____________________________ _
6.Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract? _____________________________ _
If so, state the name of the individual, other organization and reason. _____________ _
7.Has any officer or owner of your organization ever failed to complete a contract executed in h is/her
name? ------------------------------------
If so, state the name of the individual, name of owner and reason. ______________ _
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS
Revi sed August 13 , 202 1
UT ILITY CUT REPAIR
CONTRACT I 2023
City Proj ec t No. UC-0 I 2023
00 45 13 -5
BIDDER PREQUALfF ICATION APPLICATION
Page 5 of8
8. I n w h at other lines of business are yo u finan c ially in te r es t ed? ______________ _
9 . Have yo u ever performed any wor k for the C ity? __________________ _
I f so, w h en an d t ow horn d o yo u r efer? _______________________ _
10 . Stat e n ames and detail ed ad dresses of all produc ers from w horn yo u have purchased prin c ip al
m aterials during the las t t hree years.
NAME OF F IRM OR COMP ANY D ETAILED AD D RESS
11. G ive th e n ames of any affiliat es or relat ives c urrent ly de barred by th e City. Ind icate yo ur r e latio ns hip
to th is p erson o r firm. _____________________________ _
12 . What is t he cons truc ti o n exp er ie nce of the p rin c ip a l in div idu als in yo ur organiz.at ion ?
PRESENT MAGNITUDE
POSI TI ON OR YEARS OF AND TYPE OF IN WHAT
NAME OFFI CE EXPERI ENCE WORK CAPACITY
13. If any ow ne r , officer, d irec t or, o r stockhold er of your fir m is a n emp loyee of the City, or shares t h e
sam e ho useho ld w ith a C ity e mployee, please list the n a m e of the City em pl oyee and th e r e lati ons hip. In
addit io n, list any City employee w ho is t he s po use, child , or par e nt of an owner, officer, stockh o ld e r , o r
dir ec to r who does n ot live in th e same h o usehold but w ho receives care an d assistance fro m t hat p e r son as
a d irect r es ul t of a doc um e nted m edical condit io n . T h is includ es fos t er c hild re n o r those r e lated b y
ad optio n or marri age. _____________________________ _
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS
Revi sed August 13 , 202 1
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
CORPORATION BLOCK
If a corporation:
Date of Incorporation
Charter/F ile No.
President
Vice Presidents
Secretary
Treasurer
LIMI1ED LIABILI1Y COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
F il e No.
'
Offic ers or Managers (with titles , if any)
00 45 13 -6
BrDOER PREQUALIF ICATION AP PLI CATION
Page 6of8
· PARTNERSIDP BLOCK
If a partnership:
State of Organization
D ate of organization
Is partn ers hip general, limited , or registered limited
liability partnership ?
F il e No. (if Limited
Partnership)
General Partners /Officers
Limited Partners (if applicable)
Individuals authorized to s ign for Partnership
Except for limited partners, the individual s li sted in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS
Revi sed August 13, 202 1
UTI LITY CUT REPAJR
CONTRACT I 2023
City Proj ec t No. UC-0 I 2023
14. Eq uipm ent
00 45 13 -7
BIDDER PREQUAUF ICATION APPLICATION
P age 7 of 8
$ ______ _
TOTAL
Similar types of equipment may be lump ed together. If your firm h as more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". T he C it y, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.
T h e equipment list is a representation of equipment under the control of the firm and w hich is related to
the type of work for whic h the firm is seeking qualification . In the description include , the manufacturer,
model, and general common description of each.
ITEM QUANTITY ITEM DESCRIPTION
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
Various-
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13 , 2021
TOTAL
BALANCE SHEET
VALUE
UTILI TY CUT REPAJR
CONTRACT I 2023
C ity Proj ect No. UC-0 I 2023
00 45 13-8
BIDDER P REQUAL IFIC AT ION APPLICATION
Page 8 of 8
BIDDER PREQUALIFICATION AFFIDAVIT
STATEOF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository , vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force , necessary to verify said statement.
_____________________ , being duly sworn, deposes and says that
he/she is the _______________ of ____________ , the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing fmancial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
_____ day of ________ _, ____ _
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFI C AT ION DOC UM ENTS
R evi sed August 13 , 2021
UTILITY CU T REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
00 45 26 - I
CONT RA CTOR COM PLIAN CE WITH WORK ER'S COMPEN SATION LAW
Page I of I
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COM PENSA TJON LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for all of its employees employed on City
5 Project No. UC-01 2023 . Contractor fu11her certifies that, pursuant to Texas Labor Code, Section
6 406.096(b), as amended , it will provide to City its subcontractor's certificates of compliance with
7 worker's compensation coverage. ·
8
19
20
21 THE STATE OF TEXAS §
§
22
23 COUNTY OF TARRANT
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
a uthority, on this day personally appeared
=)""'1-U-L!..!-"--\-,---FC\,,l-".c::,"-"--''-'-'\------' known to me to be the person whose name is
subscribed to the oregoing inst~}:1~~~nt ~_31?1fjcknow~~-ed to me that he/she executed the same as
the act and deed of" . Gf;IJf.flJIC · ~ 'ltkf llG, E,/(, 'i, for the purposes and
consideration therein expressed and in the capacity therein stated.
l)\J'EN ~DER MY HAND AND SEAL OF OFFICE th;s a qJJt-day of
M\Pli..w < ,2rQj I
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS
Revised July I, 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
1 SECTION 00 45 40
2 Business E quity Goal
3
4 APPLICATION OF POLICY
00 45 40 -I
Business Equity Goal
Page I of2
5 If the total dollar value of the contract is $100,000 or more, then a Business E quity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
8
9 POLICY STATEMENT
10 It is the policy of the City of Port Worth to ensure the full and eq uitabl e part icipation of Business E quity
11 Firms when applicable, in the procurement of all goods and services. All requirem ents and re gu lation s
12 stated in the City's Business E quity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: https://codelibrary .amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 ) apply to
14 this bid.
15
16 BUSINESS EQUITY PROJECT GOAL
17 The City's Bus ine ss E quity goa l on this proj ect is 24% of the total bid value of the contract (Base bid
18 applies to Parks and Community Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Busin ess Equity Ordinance by meet ing or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6.
27 Prime contractor Waiver documentation.
28
29 SUBMITTAL OF REQUIRED DOCUMENTATION
30 Applicable documents (listed belo w) must be received by the Purchasing Division , OR the offeror shall
31 EMAIL the Bus ine ss Eq uity documentation to th e assigned City of Fort Worth Project Manager or
32 Depa1tment D es ignee. Documents are to be received no later than 2:00 p.m., on the third City
33 business day after the bid opening date, exclusive of the bid opening date.
34
35 The Offeror must submit one or more of the following documents:
36 1. Utilization Form and Letter(s) oflntent, if the goal is met or exceeded;
37 2. Good Faith Effort Form and Utilization Form , including s upporting documentation , if
38 participation is le ss than stated goal, or no Bus iness Eq uity paiticipation is accomplished;
39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
40 all subcontracting/supplier opportunities; or
41 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded w ith a Joint Venture or Mentor-
42 Protege participation.
43
44 These forms can be found at:
45 Business Equity Utilization Form and Letter ofintent
46 https://apps .fortworthtexas.gov/ProjectResources/ResourcesP/60%20-
47 %20MWBE/NEW%20Business%20Eguity%20Ordinance/Business%20Eguity%20Utilization%20Form .
48 lliif
49
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised October 27, 2021
UTILI TY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
Letter of Intent
00 45 40 - 2
Busine ss Equi ty Go al
Page 2 of2
2 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 -MWBE/NEW Business Equity
3 Ordinance/Letter of lntent-2021.pdf
4
5 Busine ss E quity Good Faith Effort Form
6 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-
7 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Good%20Faith%20Ef
8 fort%20Form.pdf
9
10 Busine ss E quity Prime Contractor Waiver Form
11 https ://apps. fortworthtexas.gov/ProjectResources/ResourcesP/60%20-
12 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Prime%20Contractor
13 %20Waiver.pdf
14
15 Business Equity Joint Venture Form
16 https://apps .fortworthtexas.gov /Proj ectResources/ResourcesP/60%20-
17 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Joint%20Yenture.pdf
18
19
20 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORIDNINACE WILL
21 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESONSIVE AND THE BID
22 REJECTED .
23
24
25 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE
26 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
27 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
28 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE .
29
30 For Questions, Please Contact The Business Equity Division of the Department of Diversity and
31 Inclusion at (817) 392-2674.
32 END OF SECTION
33
CITY OF FO RT WORTH
STAN DARD CON STR UCTI ON SPECIFICATIO N DOCU MENTS
Revi sed Octo ber 2 7, 202 1
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Proj ec t No. UC-0 I 2023
SECTION 00 52 43
AGREEMENT
00 52 43 -I
Ag re emen t
Page I of6
THIS AGREEMENT, authorized on Feb. 14, 2023 , is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Jasco Construction, LLC
authorized to do business in Texas, acting by and through its duly authorized representative,
("Contractor"). City and Contractor may jointly be referred to as Partie s.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may b e the whole or only a part is
generally described as follows:
UTILITY CUT REPAIR CONTRACT 1 2023
City Project No. UC-01 2023
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds , of Three Hundred Thousand & 00/100 Dollars
($ 300,000.00). Contract price may be adjusted by change orders duly authorized by the Parties .
Article 4. CONTRACT TIME
4 .1 Final Acceptance.
The Work shall be complete for Final Acceptance within 365 days after th e date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General
Conditions.
4.2 Liquidated Damages
Contractor recognizes that tim e is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
u se if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on
time. Accordingly, instead of requiring any such proof, Contractor agrees that as
liquidated damages for delay (but not as a penalty), Contractor shall pay City Two
Hundred -Ten & 00/100 Dollars ($210.00) for each day that expires after the time
specified in Paragraph 4.1 for Final Acceptance until the City issues the · er of
Acceptance. ----·-· --
OFPtCIAl RECORD
CITY OF FORT WORTH
ST AND ARD CONSTRUCTIO N SPECJF ICA TION DOCUMENTS
Revised 8/22/2022
CffY SECRETARY
fl. WORTH, TX
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
00 52 43 -2
Ag reem ent
Page 2 of 6
A. The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
I . This Agreement.
2 . Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (proj ect specific)
b. Current Prevailing Wage Rate Table
c. Insurance ACORD Form(s)
d. Payment Bond
e . Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h . Worker 's Compensation Affidavit
1. MBE and /or SBE Utilization Form
3. General Conditions.
4 . Supplementary Conditions.
5 . Specifications specifically made a part of the Contract Documents by attachment
or, if not attached , as incorporated by reference and described in the Table of
Contents of the Project's Contract Documents .
6 . Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award .
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued , become an incorporated part of the Contract Documents:
a . Notice to Proceed .
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 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 arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by any act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for
costs, expenses and legal fees incurred by the city in defending against such claims and
causes of actions.
C ITY O F FORT WORTH
ST AND ARD C ON STRUC TION SPE CIFI C ATION DOC UMENTS
Revi sed 8/22 /2 02 2
UTILITY CUT RE PAJR
CONTRACT I 202 3
C ity Project No. UC -0 I 2023
00 52 43 -3
Agreement
Page 3 of6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification
provision is specifically intended to operate and be effective even if it is alleged or
proven that all or some of the damages being sought were caused, in whole or in part,
by any act, omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7 .2 Assignment of Contract.
This Agreement, including all of the Co ntract Documents may not be assigned by the
Contractor without the advanced express written consent of the C ity .
7.3 Successors and Assigns.
City and Co ntractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto , in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas , Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to s ign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of s uch occurrence and this
Agreement shall terminate on the la st day of the fiscal period for which approp riations were
received without penalty or expense to City of any kind whatsoever, except as to the
portions of the payments herein agreed upon for which funds have been appropriated.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS
Revised 8/22 /2022
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
7.8 Prohibition On Contracts With Companies Boycotting Israel.
00 52 43 -4
Agreement
Page 4 of6
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has IO or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the contract. The terms "boycott Israel " and "company" shall have the meanings
ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this
contract, Contractor certifies that Contractor's signature provides written
verification to the City that if Chapter 2271, Texas Government Code applies,
Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government
Code-(as added by Acts 2021, 87th Leg., RS., S.B. 13 , § 2), the City is prohibited from
entering into a contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company (with 10 or
more full-time employees) unless the contract contains a written verification from the
company that it: (1) does not boycott energy companies; and (2) will not boycott energy
companies during the term of the contract. The terms "boycott energy company" and
"company" have the meaning ascribed to those terms by Chapter 22 74 of the Texas
Government Code (as added by Acts 2021 , 87th Leg., RS., S.B. 13 , § 2). To the extent
that Chapter 2274 of the Government Code is applicable to this Agreement, by
signing this Agreement, Contractor certifies that Contractor's signature provides
written verification to the City that Contractor: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of this
Agreement.
7 .10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code (as added by Acts 2021, 87th Leg., RS., S.B. 19 , § 1), the City is
prohibited from entering into a contract for goods or services that has a value of $100,000
or more which will be paid wholly or partly from public funds of the City, with a company
(with 10 or more full-time employees) unless the contract contains a written verification
from the company that it: (1) does not have a practice, policy, guidance , or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade
association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code
(as added by Acts 2021 , 87th Leg., RS., S.B. 19 , § 1). To the extent that Chapter 2274
of the Government Code is applicable to this Agreement, by signing this Agreement,
Contractor certifies that Contractor's signature provides written verification to the
City that Contractor: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate against a firearm entity or firearm trade association during the term of
this Agreement.
C ITY OF FORT WORTH
STANDARD CON STRUC TION SPEC IFI CATION DOCUM EN TS
Revi sed 8/22 /2022
UTILITY CUT REPAJR
C ONTRACT I 2023
C ity Project N o. UC -0 I 2023
7.11 Immigration Nationality Act.
00 52 43 -5
Ag re ement
Pa ge 5 of6
Co ntractor sha ll ver ify the identity and emp loyment eligibility of its employees who
perform work under this Agreement, including completing the Emp loyment E li gibi lity
Verification Form (I-9). Upon request by C ity , Contractor shall provide City with copies of
a ll I-9 forms and supporting el ig ibility documentation for each emp loyee who performs
work under this Agreement. Contractor shall adhere to a ll Federal and State laws as well as
establish appropriate procedures and controls so that no services wi ll be performed by any
Contractor emp loyee who is not legall y e li g ible to perform such services.
CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS
FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF
THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to
Contractor, shall have the right to imm ed iate ly terminate this Agreement for violations of
this provision by Contractor.
7 .12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials supp li ers on the PROJECT or their
sureties, shall maintain no direct act ion against the Engineer, its officers , emp lo yees, and
subcontractors, for any claim arising out of, in connection with , or resulting from the
engineering services performed. Only the C ity will be the beneficiary of any undertaking by
the Engineer. The presence or duties of the Engineer's personnel at a construction site,
whether as on-site representatives or otherwise, do not make the Engineer or its personnel
in any way responsible for those duties that belong to the City and/or the City's construction
contractors or other entities, and do not relieve the construction contractors or any other
entity of their obligations , duties , and responsibilities, including, but not limited to, a ll
construction methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the
Contract Documents and any health or safety precautions required by such construction
work. The Engineer and its personnel have no authority to exerc ise any control over any
construction contractor or other entity or their employees in connection with their work or
any health or safety precautions.
C ITY OF FORT WORTH
STANDARD CON STRUCTION SPEC IFICATIO N DO C UMEN TS
Revi sed 8/22/2022
UTILITY C UT REPAJR
CON TRA CT I 2023
City Project N o . UC -0 I 2023
00 52 43 -6
/\grcc mcnl
Page 6 of6
IN WITNESS WHEREOF, City and Co nt ractor have each executed this Agr ee ment to be
effective as of th e da te sub sc ribed by th e City's desi gnated As sistant City Manag er ("Effec tive
Date").
Contractor :
Sign~
Jo t+Nb-l 'r Ht> w ,q t'l._y
(Printed Name)
Ge;~Gf'ZA.t..-M ftN fl be; R .
Title
Address
BuRLl"SoN IX 7(po?.., <t
City/State/Zip
Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFI CATION DO CUMENTS
Revi sed 8/22/2022
City of Fort Worth
By:
£~£$d~~W;~fffolf □T)
Dana Burghdoff
As sistant City Manager
Dat e
Attest:
(Seal)
Apr 13, 2023
M&C: 23-0126 .
Date: Feb. 14, 2023 .
Form 1295 No.: 2023-968414
Contract Compliance Manager:
By signing, I acknowledge that I am the person
resp onsible for the monitoring and
administration of th is contract, including
ensuring all performance and reporting
requirements.
12~~
Senior Engineering Tech
Approved as to Form and Legality:
~
D~ack (Apr !2, 102315:2 1 con
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
Chti r1i!fhet ttatd.et
Chrlstophedl;;,.(AprlO.lOU06:S7COT)
Chris Harder, P.E.
Director,
Water Depa::1:.:t1:.;.ne::n::,t _____ 1
OFFICIAL RECORD
CITY SECRETA
fT. WORTH, TX
TILITY CUT REPAIR
CONTRACT I 2023
roject No. UC -0 l 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
SECTION 00 6113
PERFORMANCE BOND
00 61 13 -I
PERFORMANCE BOND
Page I of2
THE STATE OF TEXAS
COUNTY OFT ARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, Jasco Construction, LLC known as ----------~------------~
"Principal" herein and _~Je=t~I n~s~u~r~a~n~c~e_C~o~m .... p~a=n""""y _______ ~, a corporate
surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
"Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
sum of Three Hundred Thousand Dollars Dollars , __________________ _
($300,000.00 ), lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind
ourselves, our 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 City
awarded the 14th day of February 20E....., which Contract is hereby referred to and
made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
labor and other accessories defined by law , in the prosecution of the Work, including any Change
Orders, as provided for in said Contract designated as Utility Cut Repair Contract UCO] -2023.
24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
25 shall faithfully perform it obligations under the Contract and shall in all respects duly and
26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
27 specifications, and contract documents therein referred to, and as well during any period of
28 extension of the Contract that may be granted on the part of the City, then this obligation shall be
29 and become null and void, otherwise to remain in full force and effect.
30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
3 1 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
32 Worth Division.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I , 2011
Utility Cut Repair Contract
UC0l -2023
0061 13-2
PERFORMANCE BOND
Page2of2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
5
6
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
this instrument by duly authorized agents and officers on this the _2_2n_d _____ day of February
-----~ 20E_.
Witness as to Surety
PRINCIPAL:
Jasco Construction, LLC
HYO,~~ !JSignate
Jo~IJY t./owll?ll-p 6~JJ/ii.ltl--M~IVA6 en...
Name and Title
Address: 4640 Farm to Market Road 1187
Bu~eson, TX 76028
SURETY:
Jet Insurance Company
Signature
David Gonsalves, Attorney -In -Fact
Name and Title
Address: 11440 Carmel Commons Blvd Suite 207,
Cha~otte , NC 28226
Telephone Number: _s_oo_-4_3_s-_11_s_2 ___ _
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Jul y I , 201 1
Utility Cut Repair
Contract UCO 1 • 2023
JET INSURANCE COMPANY
POWER OF ATTORNEY
Bond Number: exoo2s132
NOW ALL BY THESE PRESENTS : That JET INSURANCE COMPANY, a corporation organized and existing under the laws o, the State of .'Jorth Carolina ,
having its principal office in Ci1ar.otte Norti1 Carolina does he eby constitdte and appoint
Name Limit of Liability per Bond
David Gonsalves $300,000.00
its tr,ie and lawful Attorney(s)-in-fact to execute, seal and deliver for and on Its bet,alf as surety , any and all bonds , undertaf:lngs , contracts of indemnity,
recognizances and other writings obligatory in the nature thereof, which are or may be allo ,ed , required or perm itted by law, statute. rule regulation ,
contract or otherwise, iirovided that the liabil ity of such shall not exceed the limit stated abuve .
The execution of such in strument(s) in pursuance of these presents , shall be as binding upon JET INSURANCE COMPANY as fully and amply, to all
intents and purposes , as if the same had been duly executed and acknowledged by Its regularly elected officers at the principal office .
The Power of Attorney is executed and may be certified so , and may be revoked , pursuant to and by authority of the following resolutions adopted by the
Beard of D1rectcrs of JET INSUHANCE CvMFANY by u:;J::i mous writte ;-; con:si,:;t d:1 f.:d Au :,iust 24 , 2022 , of which the following is a true excerpt:
RESOLVED that the Pres id ent , or any Vice Pres ident, acting with any Secretary or Ass istant Secretary, shall have power and authority to appoint
A ttorney(s)-in-fact, and to authorize them to execute on behalf of the Company, attach the Seal of the Company thereto and deliver, bonds , undertakings ,
contracts of indemnity, recogn izances and other writings obl igatory in the nature thereof; to prescribe their respective duties and the res pective limits of
th eir authority; and to revoke , at any time , any such Attorney-in-fact and revoke the authority given .
Fu rth er , th is Power of Attorney is signed and sealed by facs imile pursuant to resolution of the Board of Directors of the Company adopted by unanimous
w ri ,1en consent dated August 24 , 2022 , of wh ich the following is a true excerpt:
RESOLVED that the signature of any authorized officer and the Seal of the Company may be affixed by facsim ile to any Power of Attorney or cert ifi ca tio n
thereof authorizing the execution on behalf of the Company and delivery of any bond , undertaking , contract of indemnity, recognizance and other writings
obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed .
IN WITNESS WHEREOF , JET INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affix ed
by its authorized officer. this 24 th day of August. 2022 .
STATE Or SOUTH CA!{OLINA
County of Lancaster
Spencer Sllno, President
JET INSURANCE COMPANY
R.char..: Popp, Secretary
On th is 24th day of August, 2022 before me came the Individuals who executed the preced ing instrument, to me personally known , and being by me
duly sworn. sa id that each is the herein described and authorized officer of Jet Insurance Company; that the seal affixed to said instrument is the
Corporate Seal of said Company; that the Corpora te Seal and each signature were duly affixed by order of the Boa.rd of Directors of sa id Company.
Sara C. Holt
Notary Public . State of [:ou:h Carolina
::ounty :.f Lancaster
My Ci.:mmlsslon Expires 05117/2023
IN WITNESS WHEkEOF , I have hereunto set my hand at Jet Insurance
Company offices the day and year above written .
Sarac. Holt
Notary Public, state of South Carolina
MyCommls~lon Expires May 17, 2023
I , Richard Popp , Secre tary of JET INSURANCE COMPANY, do hereby cert ify that the above and foregoing is a true and correct copy of a Power of
Attorney executed by JET INSURANCE COMPANY, Which is still in full force and effect.
IN WITNESS WHEREOF , I have thereunto set my hand and attached the seal of sa id Company th is ~2nd day of February
·~ ....... -: .. --· .................
Rlchara Popp, Secretary
2023
,.
~
SECTION 00 6114
PAYMENT BOND
006114-1
PAYMENT BOND
Page I of2
2
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
7
8
9
That we, Jasco Construction, LLC
"Principal" herein, and Jet Insurance Company
, known as
a
10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
13 10 the penal sum of Three Hundred Thousand Dollars
14 ($300,000.00 ), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves,
16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
17 presents:
18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
19 14th day of February , 20~, which Contract is hereby referred to and
20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment,
21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in
22 said Contract and designated as Utility Cut Repair Contract UCOJ -2023 .
23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
27 force and effect.
28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
30 accordance with the provisions of said statute.
31
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed July I, 2011
Utili ty Cut Repair
Contract UCO I -2023
0061 14-2
PAYMENT BOND
Page 2 of2
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 22nd day of
3 February , 20~
4
ATTEST:
(Surety) Secretary
-/4::3 ---
-~~
Witness as to Surety
PRINCIPAL:
Jasco Construction , LLC
BY:~
JDtiNt,l'f f&,w14:,t,;D bf;ivl/!IIL u~Hlfb8<.,
Name and Title
Address: 4640 Farm to Market Road 1187
Burleson TX 76028
SURETY:
Jet Insurance Company
BY:-~-=---_._~"------
Signature
David Gonsalves , Attorney -In -Fact
Name and Title
Address: 11440 Carmel Commons Blvd Suite 207,
Charlotte. NC 28226
Telephone Number: 800-438-1162
5
6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
7 bylaws showing that this person has authority to sign such obligation. If Surety's physical
8 address is different from its mailing address, both must be provided.
9
10 The date of the bond shall not be prior to the date the Contract is awarded.
11 END OF SECTION
12
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I , 2011
Utility Cut Repair
Contract UCO I -2023
...
JET INSURANCE COMPANY
POWER OF ATTORNEY
Bond Number: sxoo2s132
NOW ALL BY THESE PRESENTS: That JET INSURANCE COMPANY, a corporation organized and existing under the laws o, the State of ~orth Carolina,
liaving its principal office in Ci1ar:otte Norti1 Carolina does he ·eby constit.1te and appoint
Name Limit of Liability per Bond
Dav id Gonsalves $300,000.00
its tr,ie and lawful Attorney(s)-in-fact to execute, seal and deliver for and on Its bet,alf as surety , any and all bonds , undertaf:ings , contracts of indemnity,
recogn izances and other writings obl igatory in the nature thereof. which are or ,nay be allo ,ed , required or permitted by law, statute , rule . regulation.
contract or otherwise , µrov ided that the liability of such shall not exceed the limit stated abuve .
The execution of such lnstrument(s) in pursuance of these presents , shall be as binding upon JET INSURANCE COMPANY as fully and amply, to all
inte nts and purposes, as if the same had been duly executed and acknowledged by Its regularly elected office rs at the principal office.
The Po wer of Attorney is executed and may be certified so, and may be revoked , pursuant to and by authority of the following resolutions adopted by the
Beard of D1rectc rs of JET INSUFlANCE CvMFAN'i by u:-,J:-:i mous writte;; con:st--;;t 1fa t,:d Au:,iust 24 , 2022 , of which the following is a true excerpt:
RESOLVED that the Pres ident , or any Vice President, acting with any Secretary or Ass istant Secretary, shall have power and authority to appo int
Attorney(s)-in-fact , and to authorize them to execute on behalf of the Company, attach the Seal of the Company thereto and deliver, bo nds , undertakings ,
contracts of indemnity, recogn izances and other wri tings ob liga tory in the natu re thereof: to prescribe the ir respective duties and th e respective limits of
the ir authority: and to revoke , at any time, any such Attorney-in -fact and revoke the authority given .
Further, this Power of Attorney is signed and sealed by facs imile pursuant to resolution of the Board of Directors of the Company adopted by unanimo us
wri,:te n con sen t dated August 24 , 2022 , of which the following is a true excerpt :
RESOLVED that the signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or certifica ti on
thereof authori zing the execution on behalf of the Company and delivery of any bond , undertaking , contract of indemnity, recogn izance and other writings
obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed .
IN WITNESS WHEREOF, JET INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affi xed
by its authorized officer, th is 24 11, day of August. 2022 .
STATE Or SOIJTH CA!{OLINA
County of Lancaster
Spencer Sllno, President
JET INSURANCE COMPANY
R.char.; Popp, Secretary
1)n thi s 24th day of August , 2022 before me came the ind ividuals wh o executed the preceding instrument, to me personally known . and be ing by me
duly sworn . said that each is the herein described and authorized officer of Jet Insurance Company: that the seal affixed to said instrument is the
Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company .
Sara C . Holt
Notary Pub lic . State of fou:h Carolina
:ounty :;f Lancaste r
My c,,mmlss/on Expires 0511712023
IN WITNESS WHEkEOF , I have hereunto set my hand at Jet Insurance
Company offices the day and year above written .
Sara C. Holt
Notary Public, state of S.outh Carolina
MyCommls~lon Expires May 17, 2023
I , Richard Popp , Secretary of JET INStJRANCE COMPANY, do hereby certify that the above and forego ing is a true and correct copy of a Power of
Attorney executed by JET INSURANCE COMPANY, which is still in full force and effect.
IN WITN ESS WHEREOF , I have thereunto set my hand and attached the seal of said Company th is 22nd day of February
-
Rlchara Popp, Secretary
2023
2
3
THE STATE OF TEXAS
SECTION 00 6119
MAINTENANCE BOND
§
0061 19-1
MAfNTENANCE BOND
Page I of3
4
5
6
7
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
8 That we Jasco Construction, LLC known as
9 "Principal" herein and Jet Insurance Company , a corporate surety
JO (sureties, if more than one) duly authorized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
13 in the sum of Three Hundred Thousand Dollars
14 ($300,000.00 ), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas , for payment of which sum well and truly be made unto the City and its
16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
17 and severally, firmly by these presents.
18
19 WHEREAS, the Principal has entered into a certain written contract with the City awarded
20 the 14th day of February 20 23 , which Contract is hereby
21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
22 materials, equipment labor and other accessories as defined by law, in the prosecution of the
23 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
24 the "Work") as provided for in said contract and designated as Utility Cut Repair Contract UCOJ -2023
25
26
27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
28 accordance with the plans, specifications and Contract Documents that the Work is and will
29 remain free from defects in materials or workmanship for and during the period of two (2) years
30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
3 1
32 WHEREAS , Principal binds itself to repair or reconstruct the Work in whole or in part
33 upon receiving notice from the City of the need therefor at any time within the Maintenance
34 Period.
CITY OF FORT WO RTH
STA NDARD CON ST RUC TI ON SP ECIF ICATI ON DOC UM ENTS
Rev ised Jul y I, 20 I I
Utility Cut Repair
Contract UCO I -2023
006119-2
MAINTENANCE BOND
Page 2 of3 ·
2 NOW THEREFORE , the condition of this obligation is such that if Principal shall
3 remedy any defective Work, for which timely notice was provided by City, to a completion
4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
5 full force and effect.
6
7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to
9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
10 the Surety under this Maintenance bond; and
11
12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
13 Tarrant County , Texas or the United States District Court for the Northern District of Texas, Fort
14 Worth Division; and
15
16 PROVIDED FURTHER, that this obligation shall be continuous in nature and
17 successive recoveries may be had hereon for successive breaches.
18
19
20
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFJCATJON DOCUMENTS
Re vised Jul y I, 20 I I
Utility Cut Repair
Contract UC0I -2023
..
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
0061 19-3
MAINTENANCE BOND
Page 3 of3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the _2_2_nd ___ . day of_F_eb_r_ua_ry~---
_________ _, 20-2,_.
ATTEST: o~c µo&-
(Surety) Secretary 'v (}
ck
Witness as to Surety
PRINCIPAL:
Jasco Construction, LLC
BY~~ Signatt(e
Jo,£.UU! ffi?w"f t-i) a v;Nfit..A<-&AJ ,t,-6 61L.
Name and Title
Address: 4640 Farm to Marl<et Road 1187
Burleson , TX 76028
SURETY:
Jet Insurance Company
BY:-?--=~____,-b.......:;____--:::::::=::--_-----
Signature
David Gonsalves , Attorney -In -Fact
Name and Title
Address: 11440 Carmel Commons Blvd Suite 207,
Charlotte, NC 28226
Telephone Number: _a_oo_-4_3_s-_11_s_2 ___ _
*Note : If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I , 2011
Utility Cut Repair
Contract UC0I -2023
JET INSURANCE COMPANY
POWER OF ATTORNEY
Bond Number: sxoo2s132
NOW ALL BY THESE PRESENTS : That JET INSURANCE COMPANY , a corporation organ ized and exi sting under the laws o, the State of \Jorth Carolina ,
I ,aving it s principa l office in Ci1ar:otte Norti1 Ca rolina does he eby co nst it.i te and appo int
Na me Limit of Liability per Bo nd
Dav id Gonsalves $300,000.00
its trde and lawfu l Attorney(s)-in-fact to execute, seal and deliver for and on its bet.alf as surety, any and all bonds, undertaf:l ngs , contracts of inde!l1nity,
re cogn izances and other writings obl igatory in the nature thereof. which are or may be allo ,ed . requ ired or perm itted by law, statute , rule . regulation.
con tract or otherwise , f)rovided that the li ability of such shall not exceed the limit stated abuve .
The execution of such instrument(s) in pursuance of these presents , shall be as binding upon JET INSURANCE COMPANY as fully and ampl11_. to all
inte nts and purposes , as if the same had bee11 duly exe.cuted and acknowledged by its regcrlarly elected officers at the principal office.
The Power of Attorney is executed and may be certified so . and may be revoked . pursuant to and by authority of the following resolutions adopted by the
Be ard of DI rectcrs of JET INSURANCE CvMFANY by u:;J~imous w ritte;-, con:st--:.t d:1t,:d A u;iust 24, 2022 , of which the following is a true excerpt:
RESOLV ED that th e Pr esid ent, or any Vice Pres iden t, acti ng with any Secretary or Ass istant Secretary , shall have power and authority to appoint
Attorney(s)-in-fact . and to authorize the m to execute on behalf of the Company, attach the Seal of the Company thereto and deliver, bonds, undertakings ,
contracts of in demn ity, recogn izances and ot her writings ob li gatory in the na ture thereof; to pres cribe the ir respective duties and the respect ive limits of
thei r aut hority: and to revoke , at any time . any such Attorney-in -fact and revoke the authority given .
Further. th is Po wer of Attorne y Is signed and sea led by fa csim ile pursuant to resolution of the Board of Directors of the Company adopted by unanimous
wri-ten consent dated August 24 . 2022 , of wh ic h the following is a true excerpt:
R ES O LVE D that the signatu re of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or cert ifi ca ti on
thereof autho rizing the execut io n on behalf of the Company and delivery of any bond . undertaking , contract of indemnity, recogn izan ce and other writings
ob ligatory in the nature thereof , and such signa ture and seal when so used shall ha ve the same fo rc e and effect as though manually affixed .
IN WI TNESS WHEREOF . JET INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed
by its a uth orized offi cer . this 24 th day of Aug ust . 2022 .
STATE Or SOUTH CA!WLINA
County of Lancaster
Spencer Sllno, President
JET INSURANCE COMPANY
R.char..: Popp, Secretary
•Jn th is 24 th day of August , 2022 before me came the ind ividuals wh o executed the preced ing in strumen t, to me personally known , and being by me
duly sworn . said that each is the herein described and authorized officer of Jet Insurance Company: that the seal affixed to said instrument is the
Corporate Sea l of said Company ; th at the Corporate Seal and each sign ature we re du ly affixed by order of the Board of Directors of sa id Company.
Sara C . Holt
Notary Pub lic State of [ou!h Carolina
-::ounty :;f Lanc aste r
My c ,.unmission Expires 0511712023
IN WI T NESS WH EkEOF, I have hereu nto set my hand at Jet Insurance
Compa ny offices the day an d year above written .
Sarac. Holt
Notary Public, State of South Caronna
My Commls~lon Expires May 17, 2023
I, Richard Popp, Se cretary of JET INSURANCE COMPANY . do hereby certify that the above and foregoing is a true and correct copy of a Power of
Attorney executed by JET INSURANCE COMPANY , Wh ich is still in full force and effect.
IN WI TNE SS WH ERE OF . I ha e thereu nto set my hand an d attached the seal of said Company this ~2nd day of February
Rlchara Popp, Secretary
2023
~
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
SECTION 00 61 25
CERTIF ICA T E OF INSURA N CE
END OF SECTION
CfTY OF FORT WORTH
STANDARD CONSTRUC TI ON S PECIF ICATION DOCUME NTS
Revi sed July 1, 20 I I
0 0 6 1 25 -I
C ERTIFICATE OF INSU RANC E
Page 1 of 1
UTILITY CUT RE PAIR
CONTRACT I 2023
City P rojec t No. UC-0 1 2023
CITY OF FORT WORTH
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
ST ANDARDCONSTRUCTION SPEC IFICATION DOCUMENTS
Rev is ion: &!23/2021
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Artic le 1 -Definitions and Termino logy .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... l
1.02 Terminology .................................................................................................................................. 6
Artic le 2-Preliminary Matters ......................................................................................................................... 7
2.01 Cop ies of Documents .................................................................................................................... 7
2 .02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2 .0 3 Starting the Work .......................................................................................................................... 8
2 .04 Before Starting Construction ........................................................................................................ 8
2.05 Preconstruction Conference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Init ial Acceptance of Schedul es .................................................................................................... 8
Artic le 3 -Contract Documents: Intent, Amending, Reuse ............................................................................ 8
3.01 Intent. ............................................................................................................................................. 8
3.02 Reference Standards ...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies ....................................................................................... 9
3.04 Amending and Supplementing ContractDocuments ................................................................. 10
3.0 5 Reuse of Documents ................................................................................................................... 10
3.06 E lectron ic Data ............................................................................................................................ 11
Article 4 -Ava ilability of Lands; Subsurface and Physical Conditi ons; Hazardo us Environmenta l
Condit ions; Reference Points ........................................................................................................... 11
4.01 Ava ila bility ofLands .................................................................................................................. 11
4.02 Subsurface and Physical Conditions .......................................................................................... 12
4.03 Differing Sub surface or Physical Co nditi ons ............................................................................. 12
4.04 U nd erground Facilities ............................................................................................................... 13
4.05 Reference Points ......................................................................................................................... 14
4 .06 Hazardous Environmenta l Condition at Site .............................................................................. 14
Artic le 5 -Bond s a nd Insurance ..................................................................................................................... 16
5.01 Licensed Sureties and Insurers ................................................................................................... 16
5.02 Performance , Payment, and Maintenance Bonds ....................................................................... 16
5.03 Certificates of Insurance ............................................................................................................. 16
5.04 Contractor's Insurance ................................................................................................................ 18
5.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 19
Article 6 -Co ntractor's Responsibilities ........................................................................................................ 19
6.01 Supervision and Sup erintendence ............................................................................................... 19
CITY OF FORT WORTH
STANDARDC0NSTR UC TI0 N SPECIFICATIO N DOCUM ENTS
Revi sion : &12312D21
6.02 Labor; Working Hours ................................................................................................................ 20
6.03 Services, Mater ials, and Equipment ........................................................................................... 20
6.04 Project Schedule .......................................................................................................................... 21
6.05 Substitutes and "Or-Equals" ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers , and Others .................................................................... 24
6.07 Wage Rates .................................................................................................................................. 25
6.08 Patent Fees and Royalties ........................................................................................................... 26
6.09 Permrts and Utilities .................................................................................................................... 27
6.10 Laws a nd Regulations ................................................................................................................. 27
6.] 1 Taxes ........................................................................................................................................... 28
6.12 Use of Site and Other Areas ....................................................................................................... 28
6.13 Record Documents ...................................................................................................................... 29
6.14 Safety and Protection .................................................................................................................. 29
6.15 Safety Representative .................................................................................................................. 30
6.16 Hazard Communjcat ion Programs ............................................................................................. 30
6.17 Emergencies and/or Rectification ............................................................................................... 30
6.18 Submrttals .................................................................................................................................... 31
6.19 Continuing the Work ................................................................................................................... 32
6.20 Contractor's General Warranty and Guarantee .......................................................................... 32
6.21 Indemnification ......................................................................................................................... 33
6.22 Delegation of Professional Design Services .............................................................................. 34
6.23 Right to Audit .............................................................................................................................. 34
6.24 Nondiscriminat ion ....................................................................................................................... 35
Article 7 -OtherWorkatthe Site ................................................................................................................... 35
7.01 Re lated Work at Site ................................................................................................................... 35
7.02 Coordination ................................................................................................................................ 36
Artic le 8 -City's Responsibilities ................................................................................................................... 36
8 .01 Communications to Contractor ................................................................................................... 36
8.02 Furnish Data ................................................................................................................................ 36
8.03 Pay When Due ............................................................................................................................ 36
8.04 Lands and Easements; Reports a nd Tests ................................................................................... 36
8.05 Change Orders ............................................................................................................................. 36
8.06 Inspections, Tests , and Approvals .............................................................................................. 36
8.07 Limrtations on City 's Responsibilities ....................................................................................... 37
8.08 Undisclosed Hazardous Environmenta l Condit ion .................................................................... 37
8.09 Compliance with Safety Program ............................................................................................... 37
Article 9 -City's Observation Status During Construction ........................................................................... 37
9.01 City 's Project Manager ............................................................................................................ 37
9.02 Visits to Site ................................................................................................................................ 37
9.03 A uthorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work .......................................................................................................... 38
9.05 Determmations for Work Performed .......................................................................................... 38
9.06 Decisions on Requirements of Contract Documents and Acceptability ofWork ..................... 38
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0 N SPECIFICATION DOCUMENTS
Revision : &23/2021
Art ic le 10 -Changes in the Work; Claims; Extra Work ................................................................................ 38
10.01 Authorized Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10 .03 Execution of Change Orders ....................................................................................................... 39
10.04 Extra Work .................................................................................................................................. 39
10.05 Notification to Surety .................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11 -Cost of the Work; A llowances; Unit Price Work; P lans Quantity Measurement. .................... .41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Work .......................................................................................................................... 44
11.04 P lans Q uantity Measurement. ..................................................................................................... 45
Article 12 -Change of Contract Price; Change of Contract Time ................................................................. 46
12.01 Change of Contract Price ............................................................................................................ 46
12 .02 Change of Contract Time ............................................................................................................ 47
12 .03 Delays .......................................................................................................................................... 47
Artic le 13 -Tests and Inspections; Correction , Remova l or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Work ........................................................................................................................... 48
13 .03 Tests and Inspections .................................................................................................................. 48
13 .04 Uncovering Work ........................................................................................................................ 49
13.05 City May Stop the Work ............................................................................................................. 49
13 .0 6 Correction or Removal of Defective Work ................................................................................ 50
13.07 Correction Period ........................................................................................................................ 50
13.08 Acceptance of Defective Work. .................................................................................................. 51
13.09 City May Correct Defective Work ............................................................................................. 5 1
Artic le 14 -Payments to Contractor and Completion .................................................................................... 52
14.01 Schedu le ofVa lu es ...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... 52
14 . 03 Contractor's Warranty of Tit le ................................................................................................... 54
14.04 Partial Utilization ........................................................................................................................ 55
14.05 Fina l Inspection ........................................................................................................................... 55
14.06 Fina l Acceptance ......................................................................................................................... 55
14.07 Fina l Payment. ............................................................................................................................. 56
14.08 Fina l Comp letion Delayed andPartialRetainage Release ........................................................ 56
14.09 Waiver of Claims ........................................................................................................................ 57
Article IS -Suspension of Work and Termination ........................................................................................ 57
15.01 City May Suspend Work ............................................................................................................. 57
15.02 City May Terminate for Cause ................................................................................................... 58
15.03 City May Terminate For Convenience ....................................................................................... 60
Artic le 16 -D isp ut e Resolution ...................................................................................................................... 61
16.01 Methods and Procedures ............................................................................................................. 61
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPE CIFI CA TIO N DO CUMENTS
Revision : &!23/202 1
Artic le 17 -Misce llaneous .............................................................................................................................. 62
17 .01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumu lative Remed ies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17 .05 Headings ...................................................................................................................................... 63
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPECIF IC ATION DOCUMENTS
Revision : &23/2021
ARTICLE 1 -DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
0072 00-1
GENERAL CONDIT IONS
Page I of 63
A. Wherever use d in these General Conditions or in other Contract Documents , the terms listed below
have the meanings indicated which are applicable to both the singular and plural thereof, and
words denoting gender shall include the masculine , feminine and neuter. Said terms are generally
capitalized or writt en in italics , but no t always. When used in a context consistent w ith the
definition of a listed-defmed term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically def med , terms with initia I
capital letters in the Contract Documents include references to identified articles and paragraphs ,
and the titles of other documents or forms.
1. Addenda-Written or graphic in struments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement-The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Pay ment-The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or fmal payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos-Any material that contains more than one percent asbestos and is friab le or is
releasing asbestos fibers into the air above current action levels established by the United States
Occupational Safety and Health Administration .
5. Award-Authorization by the City Council for the City to enter into an Agreement.
6. Bid-The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder-The individual or entity who submits a Bid directly to City.
8. Bidding Documents-The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements-The advertisement or Invitation to Bid , Instructions to Bidders , Bid
sec urity of acceptable form, if any, and the Bid Form with any supplements.
10 . Business Day -A business day is defmed as a day that the City conducts normal business,
generally Monday through Friday, except for federa l or state holidays observed by the City.
11 . Ca lendar Day-A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPECIFICATION DO CUMENTS
Revi sion &!2:31.m l
00 72 00 -1
GENERAL CO NDITI ONS
P age 2 o f 63
12. Change Order-A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion , or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. City-The City of Fort Worth, Texas, a home-rule municipal corporation , authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee , or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
14. City Attorney -The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
15. City Council -The duly elected and qualified governmg body of the City of Fort Worth ,
Texas.
16. City Manager -The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim-A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
18. Contract-The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations , representations, or agreements, whether written or oral.
19. Contract Documents-Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents .
20. Contract Price-The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the provisions
of Paragraph 11.03 in the case of Unit Price Work).
21. Contract Time -The number of days or the dates stated in the Agreement to : (0 achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
22. Contractor-The individual or entity with whom City has entered into the Agreement.
23 . Cost of the Work-See Paragraph 11.01 of these General Conditions for defmition.
C ITY OF FORT WORTH
ST ANDARD CONS TR UC TIO N SPEC IFICA TIO N DOC UMENT S
Revi s ion : &'23/202 1
00 72 00 -1
GENERAL CO NDI TIONS
Page 3 of 63
24. Damage Claims -A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim .
25. Day or day -A day, unless otherwise defined , shall mean a Calendar Day.
26 . Director of Aviation -The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative ,assistant, or agents.
27 . Director of Parks and Community Services -The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth , Texas, or his duly appointed
representative , assistant, or agents.
28. Director of Planning and De velopment -The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas , or his duly appointed
representative , assistant, or agents .
29. Dire ctor of Transportation Public Work s -The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas , or his duly
appointed representative, assistant, or agents.
30. Director of Water Departme nt -The officially appointed Director of the Water Department
of the City of Fort Worth, Texas , or his duly appointed representative , assistant, or agents.
31. Drawings-That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope , extent, and character of the Work to be performed by Contractor.
Submittals are not Drawings as so defmed.
32. Effective Date of th e Agreement-The date indicated in the Agreement on which it becomes
effective , but if no such date is indicated , it means the date on which the Agreement is signed
and delivered by the last of the two parties to s ign and deliver.
33. Engine e r-The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
34. Extra Work -Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the Contract
Documents. Extra work shall be part of the Work.
35. Field Order -A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price , Contract Time , or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
36. Final Acceptance -The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
C ITY OF F O RT WORTH
STANDARD C0NSTRUCT IO SPEC IFI CAT I0 DOCUMENTS
Revi sion : &-23/JJ2 1
00 72 00 -1
GENERAL CO NDITI ONS
P age 4 of 63
37. Final Inspection -Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Docwnents.
38. General Requirements-Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition-The presence at the Site of Asbestos, PCBs,
Petrolewn, Hazardous Waste , Radioactive Material, or other materials in such quantities or
circumstances that may present a substantia l danger to persons or property exposed thereto.
40. Ha zardous Waste -Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federa l waste regulations ,
as amended from time to time.
41. Laws and Regu lations-Any and all applicable laws, rules , regulations, ordinances, codes,
and orders of any and all governmenta l bodies, agencies, authorities, and courts having
jurisdiction.
42. Liens-Charges, security interests, or encwnbrances upon Project funds, real property, or
personal property.
43. Major Item -An Item of work included in the ContractDocwnents that has a total cost equa l
to or greater than 5% of the origina l Contract Price or $25,000 whichever is less.
44. Milestone -A principal event specified in the Contract Docwnents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45 . Notice of Award-The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
46. Notice to Proceed-A written notice given by City to Contractor fIXing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the Work
specified in Contract Docwnents.
47. PCBs-Polychlorinated biphenyls.
48 . Petroleum-Petrolewn, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), s uch as oil, petrolewn, fue l oil, oil sludge, oil refuse , gasoline, kerosene , and
oil mixed with other non-Hazardous Waste and crude oils.
49 . Plans -See definition of Drawings.
CITYOF FORT WORTH
STANDARDC0NSTRUCTION SPEC IFI CA TIO N DOCUMENTS
Revi sion : &'.23/2D21
00 72 00 -1
GENERAL CO NDI TION S
Page 5 of 63
50. Project Sch edule -A schedule , prepared and maintained by Contractor, in accordance with
the General Requirements , describin g the sequence and duration of the activities comprising
the Contractor 's plan to accomplish the Work within the Contract Time.
51. Project-The Work to be performed under the Contract Documents.
52. Proj ect Mana ge r-The authorized representative of the City who will be assigned to the
Site.
53. Public M ee tin g -An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
54. Radioactive Material-Source, special nuclear, or byproduct material as defmed by the
Atomic E nergy Act of 1954 (42 USC Section 2011 et seq .) as amended from time to time .
55. Regular Working Hours -Hours be g inning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday ( e xcluding legal holidays).
56. Samples-Ph ys ical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged .
57. Schedule of Submittals-A schedule , prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related construction
activities .
58 . Schedule of Valu es-A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portion s of the Work and used as the basis for reviewing
Contractor 's Applications for Payment.
59 . Site-Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits , and easements for access
thereto, and such other lands furnished by City which are designated for the use of Contractor.
60. Sp ec ifications-That part of the Contract Documents consisting of written requirements for
materia ls , equipment, systems, standards and workmanship as applied to the Work, and certain
administrative requirements and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Documents by attachment or , if not attached, may be
incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each
Project.
61. Sub contractor-An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CIT Y OF FO RT WOR TH
ST ANDARD C0NS TRUCT I0N SPEC IFICA TI ON DOCUMENTS
Rev ision: &23/202 1
00 7200 -1
GENERAL CON DITI ONS
Page 6 of 63
62. Submittals-All drawings , diagrams , illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by Contractor
to illustrate some portion of the Work.
63. Substantial Completion -The stage in the progress of the Project when the Work IS
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64 . Succe ssful Bidder-The Bidder submitting the lowest and most responsive Bid to whom City
makes an A ward.
65 . Superintendent -The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supple mentary Condition s-That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplie r-A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Underground Facilities-All underground pipelines , conduits, ducts , cables , wires ,
manholes , vaults , tanks , tunnels, or other such facilities or attachments , and any encasements
containing such facilities , including but not limited to, those that convey electricity, gases ,
steam, liquid petroleum products, telephone or other communications , cable television,
water, wastewater, storm water, other liquids or chemicals , or traffic or other control systems .
69 Unit Price Work -See Paragraph 11.03 of these General Conditions for definition.
70. Week e nd Working Hours -Hours beginning at 9 :00 a.m. and ending at 5:00 p.m ., Saturday,
Sunday or legal holiday , as approved in advance by the City .
71. Work -The entire construction or the various separately identifiable parts thereofrequired to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor , services , and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing , installing , and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day -A working day is defmed as a day , not including Saturdays, Sundays , or legal
holidays authorized by the City for contract purposes , in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defmed but, when used in
the Bidding Requirements or Contract Documents , have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
C ITY OF FORT WORTH
STANDARD C0NS TR UCTI 0 N SPECIF ICA TIO N DOCUMENT S
Re vis ion: &23/202 1
00 72 00-I
GENERAL CONDITIONS
Page 7 of 63
I. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed " or terms of like effect or import to authorize an exercise of judgment by City. In
addition , the adjectives "reasonable ," "suitable ," "acceptable ," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective ," when modifying the word "Work," refers to Work that IS
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents ; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance .
D . Furnish , Install, Peiform, Provide:
1. The word ''Furnish" or the word "Install" or the word ''Perform" or the word ''Provide " or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials , equipment ,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. U nle ss stated otherwise in the Contract Documents , words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2-PRELlMINARYMATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents , and four ( 4) additional copies of the Drawings . Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed
to by both parties in writing.
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPECIF!CATI0 DOCUMENTS
Revi sion : &23/2021
2.03 Starting the Work
00 72 00-I
GENERAL CONDITIONS
Page 8 of 63
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Co nstruction
Baseline Schedules: Submit in accordance with the Contract Documents , and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2 .06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City .
2 .07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedu les are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A . The Contract Documents are complementary; what is required by one is as binding as if required
by all .
B. It is the intent of the Contract Documents to describe a functionally complete project ( or part
thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materials , or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custom or trade usage as being required to produce the indicated result will be
provided whether or not specifically called for, at no additional cost to City.
C . Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and sty le . Some Specification sections may be written
in varying degrees of streamlined or declarative style and some sections may be relative ly
narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in
conformity with," "as shown," or "as specified" are intentional in streamlined sections .
Omitted words and phrases shall be supplied by inference . Similar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS
Revision: &-23/202 1
00 72 00-1
GE NERAL COND ITIONS
Page 9 of 63
section. The Contractor s ha ll not take a dv a nta ge of any variation of form , format or sty le m
making Contract Claims.
E. The cross referencing of specification sections under th e s ubparagraph heading "Related
Sections includ e but are not necessarily limite d to:" and elsewhere within each Specification
section is provid e d as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided a nd shall be responsible to coordinate the entire Work under th e
Contract Doc um e nts and provid e a complete Project whether or not the cross referencing is
provid e d in each section or whether or not the cross referencing is complete .
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards , specification s, manuals , or codes of any technical society, organization ,
or association, or to Laws or Regulations, whether such reference be specific or by implication ,
shall mean th e standard, specification, manual, code, or Laws or Regulations in effect at the
time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),
except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any s uch standard, spec ification, manual, or code, or any in struction of a
Supplier, shall be effective to change the dutie s or responsibilities of City, Contractor, or any
of their subcontractors , consultants, agents, or employees, from those set forth in the Contract
Documents. No s uch provision or in str uction s hall be effective to assign to City, or any of it s
officers, directors , members, partners, employees, agents, consultants , or subcontractors, any
duty or authority to s upervise or dir ect the performance of the Work or any duty or authority
to undertake responsibility inconsis tent with the provisions of the Contract Docume nts .
3.03 R eportin g and Reso lving Discrepancies
A. Reporting Disc r epancies:
I. Contractor's Rev iew of Co ntract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor s hall promptly report in writing to City any conflict, error, ambiguity ,
or discrepancy which Contractor discovers , or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Con tra ctor's Review of Contract Do cume nts During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Docume nts, or betwee n th e Contract Documents and (a) any applicable
Law or Regulation , (b) any standard , specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected there by (except in an emergency as required by Paragraph
C ITY OF FORT WORTH
STANDARD CONSTRUCT 10 N SPECIF !CATION DOCUMENTS
Revi sion : 8/23/2021
00 72 00 -1
GENERAL CON DITI ONS
Page 10 of63
6.17 .A) until an amendment or s upplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shaU not be liable to City for failure to report any conflict , error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specificaUy stated in the Contract Documents , the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shaU govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shaU govern over General Conditions
and Specifications , and quantities shown on the Plans shall govern over those shown in the
proposa l.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions m
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time , may be
authorized, by one or more of the foUowing ways :
1. A F ield Order; .
2. City's review of a Submittal (subject to the provisions of Paragraph 6 .18.C); or
3 . City's written interpretation or clarification.
3.05 Reuse of Documents
A . Contractor and any Subcontractor or Supplier shaU not:
1. have or acquire any title to or ownership rights in any of the Drawings , Specifications, or
other documents ( or copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings , Specifications, other documents , or copies thereof on extensions of
the Project or any other project without written consent of City and specific written verification
or adaptation by E ngineer.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC IF !CA TIO DO CUMENTS
Revi sion : &23/2021
00 72 00 -1
GENERAL CO ND ITI ON S
Page 11 of63
B. The prohibitions of this Paragraph 3.05 will survive fmal payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purpose s .
3.06 Ele ctronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limiteEl to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City 's on-line electronic document management and
collaboration system site. Files in electronic media format of text, data , graphics, or other types
are furnished only for the convenience of the receiving party. Any conclusion or information
obtained or derived from such electronic files will be atthe user's so le risk. If there is a discrepancy
between the electronic files and the hard copies, the hard copies govern .
B . When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility , usability, or readability of documents resulting from
the use of software application packages , operating systems , or computer hardware differing from
those used by the data's creator.
ARTICLE 4 -AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-of-way, and/or easements .
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted , and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
C ITYOF F ORT WORTH
STANDARD C0 ST RUC TI0 N SPEC I F ICATI ON DOCUMENTS
Rev ision : &'23/202 1
00 72 00-1
GENERAL CO NDITIONS
Pag e 12 of 63
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A . Reports and Drawings: The Supplementary Conditions id entify :
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site ; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the ''technical data" contained in such reports and drawings , but such reports and
drawings are not Contract Documents. Such ''technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members , partners, employees, agents , consultants , or subcontractors with respect to:
1. the comp leteness of such reports and drawings for Contractor's purposes , including, but not
limited to, any aspects of the means, methods, techniques, sequences , and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations , opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any ''technical data" or any such
other data, interpretations, opinions , or information.
4.03 Differing Subsuiface or Physical Conditions
A . Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any ''technical data " on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3 . differs materially from that shown or indicated in the Contract Documents ; or
4. is of an unusual nature , and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
ST ANDARD C0 NSTR UC TI0 N SPEC IFI CA TIO N DOCUM ENTS
Revi sion : &23/2021
00 72 00-1
GENERAL CONDIT IONS
Page 13 of63
the n Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a fina I
commitment to City with respectto Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 UndergroundFacilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respectto existing Underground Facilities at or contiguous to the Site is based on information
and data furnished to City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and E ngineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data ;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents , Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH
STANDARD CONSTRUC TIO N SPECIF ICA T 10 N DOCUMENTS
Rev ision : &'23/2021
00 72 00 -1
GENERAL CO NDITI ONS
Page 14 of63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City .
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Docwnents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2 . If City conc lud es that a change in the Contract Docwnents is required , a Change Order may
be issued to reflect and document such consequences.
3 . Verification of existing utilities , structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed w ith the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for roadway
and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and
preserve the established reference points and property monuments , and shall make no changes or
relocations. Contractor shall report to City whenever any referenc e point or property monument is
lo st or destroye d or requires r e location because of necessary changes in grades or locations . The
City shall be responsible for the replacement or relocation of reference points or property
monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify
City in advance and with s ufficient time to avoid delays .
B. Whenever, in th e opinion of the City, any reference point or monument has been carelessly or
willfully destroye d, disturbed, or removed by the Contractor or any of his employees , the full cost
for replacing such points plus 25% will be charged against the Contractor, and the full amount will
be deducted from payment due the Contractor.
4.06 Ha zardous Environmenta l Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known
to City relating to Hazardous E nvironmental Conditions that have been identified at the Site .
B . Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the ''tec hnical data " contained in such reports and drawings , but suc h reports and
drawings are not Contract Documents. Such ''technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors , members, partners , employees , agents , consultants , or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes , including , but not
limited to , any aspects of the means , methods , techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONST RUCTION SPECIF !CATION DOCUMENTS
Revi sion : &23/202 1
00 72 00 -1
GENERAL CO NDITION S
Page 15 of63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations , opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technica l data " or any such
other data, interpretations , opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors , Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by ParagraJti
6.17.A); and (iii) notify City (and promptly thereafter confnm such notice in writing). City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is or has been
rendered suitable for the resumption of Work; or (ii) spec ifying any special conditions under which
such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe , or does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is in the area affected by such condition to be
deleted from the Work. City may have such deleted portion of the Work performed by City's own
forces or others .
G. To the fullest exte nt permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City,from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyoneforwhom Contractor is respons ible .
Nothing in this Paragraph 4. 06.G shall obligate Contractor to indemnify any individual or entity
from and against the consequences of that individual 's or entity's own negligence.
H. The provisions of Paragraphs 4 .02, 4 .03 , and 4 .04 do not apply to a Hazardous Environmenta l
Condition uncovered or revealed at the Site.
C ITY OF FORT WORTH
STANDARD C0NS TRUCT I0 SPEC IFI CATI0 DOCUMENT S
Revision : 8/23/202 1
ARTICLE 5 -BONDS AND INSURANCE
5 .01 Licensed Sureties and Insurers
007200 -1
GENERAL COND ITI ONS
Page 16 of63
A ll bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance , Payment, and Maintenance Bonds
A. Contractor sha ll furnish performance and payment bonds , in accordance w ith Texas Government
Code Chapter 2253 or successor statute, each in an amount equa l to the Contract Price as
security for the faithful pe rformance and payment of all of Contractor's obligations under the
Contract Documents .
B . Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenanc e bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. A ll bonds s hall be in the form prescribed by the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by suc h sureties as are named in the list of
"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financ ial
Management Servic e, Surety Bond Branch, U.S. Department of the Treasury. All bonds s igned by
an agent or attorne y-in-fact must be accompanied by a sealed and dated power of attorne y which
shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D . If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolv e nt or it s
right to do bu siness is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C , Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply with
the requirements of Paragraphs 5.01 and 5.02 .C.
5.03 Certificates of Insurance
Contractor shall deliver to City, with copies to each additional insured and los s payee identified in the
Supplementary Conditions , certificates of insurance ( other evidence of insurance requested by City or
any other additiona l insured) in at least the minimum amount as specified in the Supp lementary
Conditions which Contractor is required to purchase and maintain.
1. The certificate of insurance sha ll document the City, and all identified entities named in the
Supp lementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH
STANDARD CONS T RUCTION SPECIF !CATION DOCUMENTS
R evis ion : &23/202 1
00 72 00 -1
GENERAL CO NDITIONS
Page 17 of63
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured,
be complete in its entirety, and show complete insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers ' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. AU applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition , the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor's obligation to maintain such lines
of insurance coverage.
7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
pnmary coverage.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date . The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
msurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance coverage,
and the City desires the contractor/engineer to obtain such coverage, the contract price shall
be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITYOF FORT WORTH
ST AND ARD CONS TR UCT 10 N SPEC IF !CA TIO N DOC UM ENT S
Rev is ion : &23/202 1
00 72 00 -1
GENERAL CON DITI ON S
Page 18 of63
lieu of traditional insurance , alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City .
11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
fast-dollar basis , must be acceptable to and approved by the City .
12. City, at its sole discretion , reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage 's and their limits when deemed necessary
and prudent by the City based upon changes in statutory law , court decision or the c laims
history of the industry as well as of the contracting party to the City. The City shall be required
to provide prior notice of 90 days , and the insurance adjustments shall be incorporated into the
Work by Change Order.
13. City sha ll be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions , limitations , or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions, revisions ,
or modifications shall not be required where policy provisions are established by law or
regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 Contractor's Insuranc e
A . Workers Compensation and Employers ' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers '
Compensation Act (Texas Labor Code, Ch. 406 , as amended), and minimum limits for Employers'
Liability as is appropriate for the Work being performed and as will provide protection from claims
set forth below which may arise out of or result from Contractor's performance of the Work and
Contractor 's other obligations under the Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
them to perform any of the Work, or by anyone for whose acts any of them may be liable:
1. claims under workers ' compensation, disability benefits , and other similar employee benefit
acts;
2. claims for damages because of bodily Injury , occupational sickness or disease , or death of
Contractor's employees.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations , personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis , and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
C ITY OF FORT WORTH
ST ANDARD CONSTR UCT IO N SPEC IFI CA TIO N DO C UM ENTS
Revi sion : &23/2021
00 72 00-1
GENERAL CONDIT IONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy , shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations , contractual, personal injury, or advertising injury , which are
normally contained with the polic y, unle ss th e City approves such exclusions in writing.
For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non-own e d and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable .
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E. No tification of Policy Cance llation : Contractor shall immediately notify City upon cancellation
or other lo ss of in s urance coverage. Contractor s hall stop work until replacement insurance has
bee n procured . There s hall be no time credit for days not worked purs uant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing
within 10 Bus ine ss Days after receipt of the certificates ( or other evidence requested). Contractor shall
provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required
by the Contract Documents , the City s hall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents . Contractor shall be solely responsible for the
means , methods , techniques , sequences, and procedures of construction.
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPEC IF ICA TIO N DOCUMENTS
Rev ision: &'2:llm I
00 72 00 -1
GENERAL CO NDITI ONS
P age 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a competent, E nglish-
speaking, Superintendent who shall not be replaced without written notice to City . The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C . Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction.
6.02 Labor; Working Hour s
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City 's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2 . for Weekend Working Hours request must be made by noon of the preceding Thursday
3 . for legal holidays request must be made by noon two Business Days prior to the legal
holiday .
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents , Contractor shall provide and assume full
responsibility for all services, materials , equipment, labor, transportation, construction equipment
and machinery, tools, appliances , fuel, power, light , heat, telephone, water, sanitary facilities ,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source , kind , and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD C0NSTRUC TI ON SPEC I FI CATI ON DOCUMENTS
Rev ision : &23/202 1
00 72 00 -1
GENERAL CO NDITI ONS
Page 2 1 of63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed ,
connected, erected, protected, used , cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents .
D . AU items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid , unless otherwise specified.
6.04 Project Sche dul e
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time . Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification 01 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Substitutes and "Or-Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type , function , appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
"or-equal" item or no substitution is permitted , other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below .
1. "Or-Equal " Item s: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or-equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be accomplished
without compliance with some or all of the requirements for approval of proposed substitute
items. For the purposes of this Paragraph 6 .05.A. l, a proposed item of material or equipment
will be considered functionally equal to an item so named if:
a. the City determines that:
C ITY OF FORT WO RTH
1) it is at least equal in materials of construction, quality, durability, appearance ,
strength, and design characteristics ;
STANDARD C0 STRUCTI0N SPECIF ICATIO N DOCUMENTS
Rev ision: &'23/Xl2 1
00 72 00 -1
GENERAL CON DITI ONS
Page 22 of 63
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents .
2. Substitute Items :
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or-equal" item under Paragraph 6.05.A. l, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to determine
if the item of material or equipment proposed is essentially equivalent to that named and
an acceptable substitute therefor. Requests for review of proposed substitute items of
material or equipment will not be accepted by City from anyone other than Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
CITY OF FORT WORTH
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents ( or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item ;
STANDARD C0NSTRUC TI0 N SPECIFICATION DOCUMENTS
Revision : &'23/2D2 1
00 72 00-1
GENERAL COND ITI ONS
P age 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to pay ment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance , repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such s ubstitute item, including costs of redesign and Damage
Claims of other contractors affected by any re s ulting change .
B. Substitute Constructio nMeth ods or Procedures: If a specific means, method, technique, sequence,
or procedure of construction is expressly required by the Contract Documents , Contractor may
furnish or utilize a s ub stitute means, method, technique, sequence, or procedure of construction
approved by City. Contractor shall submit suffic ient information to allow City, in City's sole
discre tion , to determin e that the substitute proposed is equivalent to that expressly called for by
the Contract Docume nts. Contractor shall make written application to City for review in the same
manne r as tho se provided in Paragraph 6.05.A.2.
C. City 's Eva luation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made purs uant to P a ragraphs 6 .05.A and 6.05.B . City may require Contractor
to furnish additional data about th e propo se d substitute. City will be the sole judge of acceptability.
No "or-equal" or substitute will be ordered, in stalled or utilized until City's review is complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an "or-equal." City will advise Contractor in writing of its determination.
D . Special Gua rantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee , warranty, or other surety w ith respect to any substitute. Contractor shall
indemnify and hold harmless C ity and anyone directly or indirec tly employed by th e m from and
against any and all claims, damages, lo sses and expenses (including attorneys fees) arising out of
th e use of substituted materials or e quipment.
E. City 's Cost Reimburse me nt: City will record City's costs in evaluating a substitute propose d or
submitted by Contractor pursuant to Paragraphs 6.05 .A.2 and 6 .05.B . Whether or not City
approve s a s ubstitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents ( or in the provisions
of any other direct contract with City) resulting from the acceptance of each proposed substitute .
F. Contracto r 's Expense : Contractor shall provide all data in support of any proposed substitute or
"or-equal" at C ontractor 's expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTIO SPECIF ICA TIO DOCUMENTS
Revi sion : &23/202 1
00 72 00-1
GENERAL COND ITI ONS
Page 24 of 63
G. C ity Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Orde r.
H . Time Extens ion s : No additional time will be granted for s ub stitutions .
6.06 Concerning Subcontractors, Suppliers , and Oth ers
A. Contractor s hall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity , whether
initially or as a replacement, against whom City may have reasonable objection . Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor ha s reasonable objection ( excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers , or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D . Minority Bu siness Enterprise Co mplian ce: It is City polic y to ensure the full and equitable
participation by Minority Business Enterprises (MBE) in th e procurement of goods and services
on a contractual ba sis . If the Contract Documents provid e for a MBE goal, Contractor is required
to comply with the intent of the City 's MB E Ordinance ( as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MBE on the Contract and payment th e refor.
2 . Contractor will not make additions , deletions , or s ub stitution s of accepted MBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books , records ,
or files in th e possession of the Contractor that will substantiate the actual work performed by
an MB E . Material misrepresentation of any nature will be grounds for termination of the
Contract in accordance with Paragraph 15.02 .A. Any such misrepresentation may be grounds
for disqualification of Contractor to bid on future contracts with the City for a period of
not less than three years.
E . Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors ,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents :
CIT Y OF FORT WORTH
STANDARDC0NSTRUCTI0N SPEC IFICATION DOCUMENTS
Revision: &'23/202 1
007200-1
GENERAL COND ITI ONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be
required by Laws and Regulations.
F . Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors,
Suppliers , and other individua Is or entities performing or furnishing any of the Work under a direct
or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
ca lendar day or part of the day that the worker is paid less than the preva iling wage rates stipulated
in these contract documents . This penalty shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Comp laints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an a lleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination . Upon the City's
determination that there is good cause to believe the Contractor or S ubc ontractor has violated
Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts being
subtracted from successive progress payments pending a final determination of the violation.
CITY OF FORT WORTH
STANDARDC0 STRUCTI0N SPECIFICATION DOCUMENTS
Revi sion : &23/2021
0072 00 -1
GENERAL CON DITI ON S
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section
2258 .023 , Texas Government Code , including a penalty owed to the City or an affected worker,
shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act
(Article 224 et seq ., Revised Statutes) if the Contractor or Subcontractor and any affected worker
does not resolve the is s ue by agreement before the 15th day after the date the City makes its initia I
determination pursuant to Paragraph C above. If the pers ons required to arbitrate under this
section do not agree on an arbitrator before the 11th day after the date that arbitration is required ,
a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a
party in the arbitration . The decision and award of the arbitrator is fmal and binding on all partie s
and may be enforced in any court of competent jurisdiction.
E. Records to be Maintaine d. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (it) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City . The provisions of Paragraph 6 .23 , Right
to Audit, shall pertain to this inspection.
F. Progress Payme nts. With each progress payment or payroll period , whichever is less , the
Contractor shall submit an affidavit stating that the Contractor has complied with the requirements
of Chapter 2258 , Texas Government Code.
G. Posting of Wage Rates . The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H . Subcontractor Complian c e. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention , design , process ,
product, or device which is the subject of patent rights or copyrights held by others . If a particular
invention, design , process , product, or device is specified in the Contract Documents for use in the
performance of the Work and if, to the actual knowledge of City , its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such
information does not relieve the Contractor from its obligations to pay for the use of said fees or
royalties to others.
B. To th e fullest exte nt permitted by Laws and Regulations, Contractor s hall indemnify and hold
harmless City , from and against all claims, costs, losses, and damages (including but not limited
to all f ee s and charges of engineers, archite cts, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resultingfrom
C ITY OF FORT WORTH
STANDARD C0NS TR UCT I 0N SPEC IF ICA TIO N DOCUMENT S
Revi s ion : &'23/202 1
0072 00 -1
GENERAL COND ITI ON S
Page 27 of 63
the incorporation in th e Work of any invention , d es ign, process, product, or device not specified
in th e Contract Do cume nts.
6.09 Permits and Utilities
A. Contractor obtained permits and lice n ses. Contractor shall obtain and pay for all construction
permits and licenses except those prov ided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtainjng such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of
th e Work which are applicable at the time of operung of Bids, or, if there are no Bids , on the
Effective D ate of the Agreement, except for pe rmits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and lic enses. City will obtain and pay for all permits and licenses as provided
for in the Supplementary Conditions or Contract Documents . It will be the Contractor's
respons ibility to carry out the provisions of the permit . If the Contractor inrtiates change s to the
Contract and the City approves the changes, the Contractor is responsible for obtaining clearances
and coordinating with the appropriate regulatory agency. The City will not reimburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. A rmy Corps of E ngine ers P e rmits
3. Texas Commission on E nvironmental Quality Permits
4. Railroad Company Permits
C . Outstanding permits and lic en ses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the sc hedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding permits
and licens es.
6.10 Laws and Regulations
A. Contractor shall give all notic es required by and s hall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations , the City shall not be re spons ible for morutoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations , Contractor shall bear all claims , costs, losses , and damages (including but not limited
to all fees and charges of engineers, arcrutects, attorneys, and other professionals and all
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF !CATION DOCUMENTS
Revi sio n: &231.m 1
007200 -1
GENERAL CO NDITI ON S
P age 28 of 6 3
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor 's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor 's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A . On a contract awarded by the City , an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H , Sections 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance of this
contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption
certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued
to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State
Comptroller's Ruling .011 , and any other applicable rulings pertaining to the Texas Tax Code ,
Subchapter H.
B . Texas Tax permits and information may be obtained from :
1. Comptroller of Public Accounts
Sales TaxDivision
Capitol Station
Austin, TX 78711; or
2. http ://www. window. state. tx. us /taxinf o/taxforms/93-forms . html
6.12 Use of Site and Other Areas
A . Limitation on Use of Site and Other Areas:
1. Contractor shall confme construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or other
materials or equipment. Contractor shall assume full responsibility for any damage to any such
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to fmish the
section on which operations are in progress before work is commenced on any additiona I
area of the Site .
CIT Y OF FORT WORTH
ST AND ARD CONS T RU CTI O SPEC IF !CA TIO N DOCUMENT S
Revi sion : &23/202 1
00 72 00-1
GENERAL COND ITI ONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21 , Contractor shall indemnify and hold harmless City , from and
against all claims, co sts, losses , and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City .
B. Removal of De bris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish,
and other debris . Removal and disposal of such waste materials , rubbish, and other debris shall
conform to applicable Laws and Regulations .
C . Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the City may take such direct action as the City deems
appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice
(by letter or electronic communication), and the costs of such direct action, plus 25 % of such
costs , shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cle aning : Priorto Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E . Loading Stru ctures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure , nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Re cord Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications , Addenda, Change
Orders, Field Orders , and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon
completion of the Work, these record documents, any operation and maintenance manuals , and
Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate
locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating , maintatrung and superv1Smg all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
C ITY O F FORT WORTH
ST AND ARD CONST RUCTION SPEC IF ICA TI O N DOCUMENTS
Revisio n: &'23/202 1
00 72 00 -1
GENERAL COND ITI ONS
Page 30 of 63
take all necessary precautions for the safety of, and s hall provide the neces sary protection to
prevent damage , injury or loss to:
I. all persons on the Site or who may be affected by the Work;
2 . a ll the Work and materials and equipment to be incorporated therein , whether in storage on
or off the Site; and
3. other property at th e Site or adjacent there to, including trees, shrubs, lawns, walks,
pavements, roadways, structure s, utiliti es, and U nderground Facilities not designated for
removal, re lo cation, or replac e ment in the course of construction .
B. Contractor sha ll comply w ith all applicable Laws and Regulations relating to the safety of
p e rson s or property, or to the protection of persons or property from damage , injury , or loss; and
shall erect and maintain aU necessary safeguards for s uch safety and protection. Contractor sha ll
notify owners of adjacent property and of Underground Facilities and other utility owners whe n
prosec ution of the Work may affect them, and s hall cooperate with them in the protection ,
removal, relocation , and replacement of their property.
C. Contractor s ha ll comply with the applicab le requirements of City's safety programs, if any.
D. Contractor s ha ll inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E . A ll damage , injury, or loss to any property referred to in Paragraph6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
individual or e ntity directly or indirectly employed by any of them to perform any of the Work,
or anyone for whose acts any of them may be liable , shall be remedied by Contractor.
F . Contractor's dutie s and responsibilities for safety and for protection of the Work shaU continue
until s uch time as a ll the Work is completed and City has accepted the Work.
6.15 Safety R epre sentative
Contractor sha ll inform City in writing of Contractor's des ignated safety representative at the Site .
6.16 Ha zard Co mmunicatio n Pro grams
Contractor shall be re sponsible for coordinating any exchange of material safety data sheets or other
hazard communication information r e quired to b e made availab le to or exchanged between or among
employers in accordance w ith Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safety or protection of person s or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage , injury, or loss.
Contractor sha ll give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENT S
Revi sion: &'23/202 1
0072 00-1
GENERAL COND ITI ONS
Page 31 of63
changes in the Work or variations from the Contract Documents have bee n caused thereby or are
require d as a re s ult the reof. If City de te rmin es that a change in the Contract Documents is required
becau se of the action taken by Contractor in re sponse to such an emergency, a Change Order may
be issued.
B . Should the Contractor fail to re spond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents ,
th e City shall give the Contractor written notice that s uch work or changes are to be performe d.
The written not ice shall direct attention to the discre pant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action ,
within 24 hour s, the City may take such remedial action with City forces or by contract. The City
shall de duct an amount equal to the entire costs for such re medial action , plus 25%, from any
funds due or become du e the Contractor o n the Project.
6.18 Submittals
A . Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Sched ule of Submitt als (as require d by Paragraph 2.07). Each submitta l will be
identifie d as City may require.
1. Submit numb e r of copies specified in the General Requirements.
2. Data shown on th e Submittals will be complete with respectto quantities , dimens ions, specified
pe rformance and des ign criteria, materials , and similar data to show City th e services,
mate rials , and equipment Contractor proposes to provide and to enable City to review the
information for the limited purpo ses required by Paragraph 6.18.C.
3. Submittals submitted as here in provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unles s otherwise required by City.
4. When Submittals are s ubmitte d for the purpose of showing the installation in greater detail ,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications .
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit req uir e d number of Samples specified in the Specifications .
7. C learly identify each Sample as to ma teria l, Supplier, pertinent data such as catalog number s,
the use for w hich int e nded and other data as City ma y require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18 .C .
CrTYOF FORT WORTH
STANDARDC0NSTRUCTION SPECIFICATION DOCUMENTS
Revision : &23/202 1
00 72 00-I
GENERAL COND ITI ONS
Page 32 of 63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals , any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C . City 's Review :
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City . City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design concept
of the completed Project as a functioning who le as indicated by the Contract Documents.
2. City 's review and acceptance will not extend to means , methods , techniques , sequences, or
procedures of construction ( except where a particular means , method, technique , sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptaoce
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3 . City 's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City 's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuingthe Work
Except a s otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City . No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contractor 's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers , directors , members , partners ,
employees , agents , consultants , and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse , modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers , or any other individual or entity for whom Contractor is
responsible ; or
C ITY OF F ORT WORTH
ST AND ARD CO NST RUC TI ON SPEC IF ICA TIO N DOC UMENTS
Revi s ion: 8/23/202 1
2. normal wear and tear under normal us age.
00 72 00-1
GENERAL CONDIT IONS
Page 33 of 63
C. Contractor's o bligation to perform a nd complete the Work in accordanc e with the Contract
D oc uments s ha ll be a bso lut e. None of the fo ll owing w ill constitute an accepta nc e of Work that is
not in accordance with the Contract Documents or a release of Contractor's o bligation to perform
the Work in accordance w ith the Contract Documents:
1. obse rvations by City;
2. recommendation or payment by City of any progress or final payment;
3. the issuance of a certificate of Fina l Acceptance by City or any payment re lated thereto by
City;
4. use or occ up ancy of the Work or a ny part thereof by City;
5. any review and acceptance of a Submitta l by City;
6. any inspection, test, or approva l by others; or
7. a ny correction of defective Work by City .
D. The Contractor s ha ll remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which sha ll appear within a period of two (2) years
from the date of Fina l Acceptance of the Work unless a lon ger p eriod is specifie d a nd sha ll furnish
a good and sufficient maintenance bond, complying with the requirements of Artic le
5.02 .B. The City will give notice of observed defects w ith reasonable promptness.
6.21 Indemnification
A. 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 clai~
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS TNPEMNTFTCATTQN PROVISION TS SPECIFICALLY TNTENPEP TQ
OPERATE AND BE EFFECTIVE EVEN IF TT TS ALLEGED OR PROVEN THAT ALL
OR SOME QF THE DAMAGES BEING SOUGHT WERE CAJJSED, TN WHOLE QR TN
PART, BY ANY ACT, OMISSION QR NEGLIGENCE QF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City,
its officers, servants and employees, from and against any and all loss , damage or destruction
of property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or
invitees under this Contract. THIS INDEMNIFICATION PROVISION TS
CITY OF FORT WORTH
STANDARD CONSTRUCT IO SPECIFICATION DOCUMENTS
Revision : &,23,20'21
00 7200 -1
GENERAL CO NDITI ON S
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF TT JS
ALLEGED QR PROVEN THAT ALL QR SOME QF THE DAMAGES BEING SQJJGJU
WERE CAUSED. TN WHOLE QR TN PART, BY ANY ACT, QMTSSTQN QR
NEGLIGENCE QF THE CITY,
6.22 Delegation of Professional Design Servic es
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such services
are required to carry out Contractor's responsibilities for construction means, methods , techniques,
sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy . Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and sea l shall appear on all drawings , calculations , specifications, certifications , and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others , shall bear such professional's written approval when
submitted to City .
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services ,
certifications or approvals performed by such de s ign profes s ionals , provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City 's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City 's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after fmal
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books , documents, papers , and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. 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 s hall, until the expiration of three (3) years after fmal
payment under this Contract, 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 Regular Working Hours to all
C ITY OF FORT WORTH
STANDARD C0NSTRUC TI 0N SPECIF ICAT IO N DOCUMENT S
Revi sion : &'23/202 1
00 72 00-1
GENERAL CO NDITIONS
Pag e 35 of 63
Subcontractor facilities , and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The 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 the copies as follows at the rate published
in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects , which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title VL Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defmed in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7 -OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City 's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage
of materials and equipment and the execution of such other work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays , defects , or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor 's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others .
C ITY OF FORT WORTH
STANDARD CONSTR UC TIO N SPEC IFI CA TIO N DOC UM E TS
Revi sion : &'23,'JJ.2 ]
7.02 Co ordination
00 72 00-1
GENERAL CONDIT IONS
Page 36 of 63
A . If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in S uppl ementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2 . the specific matters to be covered by such authority and responsibility will be itemized ; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 -CITY'S RESPONSIBILITIES
8.01 Communications to Co ntractor
Except as otherwise provided in the Supp lementary Conditions , City shall issue all communications
to Contractor.
8.02 Furnish Data
City shall timely furnish the data required under the Contract Documents .
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of subsurface
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Site that have been utilized by City in preparing the Contract Documents .
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections , Tests, and Approvals
City's responsibility w ith respect to certain inspections, tests , and approvals is set forth in Paragraph
13 .0 3 .
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIFI CA TIO N DOCUMENTS
Rev is ion : &23/202 1
8.07 Limitations on City 's Responsibilities
00 72 00 -1
GENERAL CONDITI ONS
P age 37 of 6 3
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means , methods , techniques , sequences, or procedures of construction, or the safety
precautions and programs incident there to, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents .
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6. 14 .
8.08 Undisclosed Haz ardous Environmental Condition
City 's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site , City 's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9-CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City 's Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during construction are set
forth in the Contract Documents. The City 's Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City 's Project Manager will make visits to the Site at intervals appropriate to the various stages
of construction as City deems necessary in order to observe the progress that has been made and
the quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations , City's Project Manager will determine, in general, if
the Work is proceeding in accordance with the Contract Documents. City 's Project Manager will
not be required to make exhaustive or continuous inspections on the Site to check the quality or
quantity of the Work. City's Project Manager's efforts will be directed toward providing City a
greater degree of confidence that the completed Work will conform generally to the Contract
Documents.
B. City's Project Manager's visits and observations are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
C ITY OF FORT WORTH
ST AND ARD CONS TR UC TI ON SPEC I F I CA TIO N DOCUMENTS
Rev ision : &2.3/Xl21
9.03 Authorized Variations in Work
00 7200 -1
GENERAL CON DITI ONS
Page 38 of 63
City's Project Manager may authorize minor vanat1ons in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City 's Project Manager believes to be defective , or will
not produce a completed Project that conforms to the Contract Documents or that will prejudice the
integrity of the design concept of the completed Project as a functioning whole as indicated by the
Contract Documents. City will have authority to conduct special inspection or testing of the Work as
provided in Article 13 , whether or not the Work is fabricated , installed , or completed.
9.05 D e te rminations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City 's Project
Manager will review with Contractor the preliminary determinations on such matters before rendering
a written recommendation. City 's written decision will be final (except as modified to reflect changed
factual conditions or more accurate data).
9.06 D e cisions on Requireme nts of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 -CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A . Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time , order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price , a Field
Order may be issued by the City.
C IT Y O F F ORT WORTH
STANDARD C0NS TR UC TIO N SPEC IF ICA TIO N DOC UMENTS
Rev ision: &23/]J2 1
10.02 Unauthorize d Changes in the Work
00 72 00 -1
GENERAL CO NDITI ONS
Page 39 of 63
Contractor shaU not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work perfonned that is not required by the Contract Documents as amended ,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6 .1 7.
10.03 Execution of Chan ge Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (it) required
because of acceptance of defective Work under Paragraph 13.08 or City's correction of
defective Work under Paragraph 13 .09, or (iii) agreed to by the parties ;
2. changes in the Contract Price or Contract Time which are agreed to by the parties , including
any undisputed sum or amount of time for Work actuaUy performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its perfonnance, the Contractor shaU proceed with the work after
making written request for written orders and shaU keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding E xtra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual instaUation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full , complete and final payment for aU costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the general
scope of the Work or the provisions of the Contract Documents (including , but not limited to,
Contract Price or Contract Time), the giving of any such notice will be Contractor 's responsibility.
The amount of each applicable bond wiU be adjusted by the Contractor to reflect the effect of any
such change .
C ITY OF FORT WORTH
ST ANDARD C0NS TR UC TI0 N SPEC IFICA TIO N DO CUMEN T S
Rev is ion : &'23/202 1
10.06 Contract Claims Process
00 72 00 -1
GENERAL CON DITI ONS
Page 40 of 63
A. City's Decis ion Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect of s uch Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02 .
5. E ach Contract C laim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City 's Action : City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing :
1. deny the Contract Claim in whole or in part;
2 . approve the Contract Claim; or
3 . notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so . For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
C ITY OF FORT WOR TH
STANDARDC0NSTRUCTI0N SPEC IF ICATION DOCUMENTS
Rev ision: &23/2021
00 7200-1
GENERAL COND ITI ONS
Page 41 of63
D. City 's written action under Paragraph 10.06.C will be final and binding, unless City or
Contractor in vo ke the dispute re so lution p rocedure set forth in Article 16 within 30 days of such
action or denial.
E . No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11-COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Cos ts Included : T he term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.01.B , neces sarily incurred and paid by Contractor in the proper performance of the
Work. Whe n the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in the
Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall
includ e but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under sc hedule s of job classifications agreed upon by City and Contractor. Such
employees shall include , without limitation , superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work s hall be apportioned on the ba sis of their time spent on the Work. Payro ll costs shall
include ;
a. salaries with a 55 % markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions , unemployment, excise, and payroll taxes , workers' compensation, health
and retirement benefits , bonuses , sick leave , vacation and holiday pay applicable thereto .
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours , or legal holidays , shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of trans portation, loadin g, unloading, assembly, dismantling, and removal thereof. All
s uch costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessaiy
for the Work.
CITYOF FORT WORTH
STANDARD C0NSTRUCTI0N SPECIF I CATION DOCUMENTS
Revi sion: &23/2021
0072 00-1
GENERAL CONDIT IONS
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performe d by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine , which bids ,
if any , will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided m
this Paragraph I 1.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories , surveyors, attorneys , and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials , supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost, less
market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use , and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable , and royalty payments and fees for permits and licenses .
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise , sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable . Such losses shall
include settlements made with the written consent and approval of City. No such losses,
damages , and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor's fee.
f. The cost ofutilities, fuel , and sanitary facilities atthe Site.
g. Minor expenses such as telegrams , long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH
STANDARDCONSTRUCT IO N SPECIFICATION DOCUMENTS
Revi sion : &23/2D21
00 72 00 -1
GENERAL CONDITI ON S
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain .
B. Costs Excluded: The term Cost of the Work shall not include any of the following items :
1. Payroll costs and other compensation of Contractor's officers , executives , principals ( of
partnerships and so le proprietorships), general managers, safety managers , engineers ,
architects , estimators , attorneys , auditors , accountants, purchasing and contracting agents ,
expediters , timekeepers , clerks , and other personnel employed by Contractor, whether at the
Site or in Contractor 's principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A. l or specifically covered by Paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the Contractor 's fee.
2 . Expenses of Contractor 's principal and branch offices other than Contractor 's office at the
Site .
3 . Any part of Contractor 's capital e xpenses, including interest on Contractor 's capita 1
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
emp loyed by any of them or for whose acts any of them may be liable , including but not
limited to , the correction of defective Work, disposal of materials or equipment wrongly
s upplied, and making good any damage to property .
5. Other overhead or genera l expense costs of any kind.
C. Contra ctor 's Fee : When all the Work is performed on the basis of cost-plus , Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the bas is of Cost of the
Work, Contractor 's fee shall be determined as set forth in Paragraph 12.01.C .
D. Documentation : Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.B , Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Sp ec ifie d Allo wance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
C IT Y OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC IF I CA TIO N DOCUMENTS
Revis ion : 8/23/202 1
00 72 00-1
GENERAL CONDIT IONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be de livered at the Site, and all applicable taxes ; and
b. Contractor's costs for unloading and handling on the Site, labor , installation , overhead,
profit , and other expe nses contemplated for the pre-bid allowances have been included in
the allowances , and no demand for additional payment on account of any of the
foregoing will be valid.
C. Continge ncy A llowance: Contractor agrees that a contingency allowance, if any, is for the sole use
of City.
D . Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11 .03 Unit Pric e Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the estimated
quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpos e of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Eac h unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents , or reasonably inferred as required for a functionally complete in stallation ,
but not identified in the listing of unit price items shall be considered incidental to unrt price work
listed and the cost of incidental work included as part of the unit price .
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Work m
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents , the altered work will be paid for at the Contract unit
pnce.
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS
Revision : &23/2021
00 7200-1
GENERAL CONDITIONS
P age 4 5 of 6 3
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not representthe exact quantity of work performed or material moved,
handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities , unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under ''Price and Payment Procedures" varies by more than
25% (or as stipulated under ''Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents , an
adjustment may be made to the quantity of authorized work done for payment purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10 .
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity .
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fJX the final quantity as a plans quantity.
CITY OF FORT WORTH
ST AND ARD CONSTR UCTIO N SPEC IF !CA TIO N DOCUMENTS
Revis ion : &'.23/2021
007200 -1
GENERAL C,OND IT IONS
Page 46 of 63
E. For callout work or non-s ite specific Contracts, the plans quantity measureme nt requireme nts are
not applicable.
ARTICLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Co ntract Price
A . The Contract Price may only be change d by a Change Order.
B. The value of any Work covered by a Change Order will be dete rmined a s follows:
1. where the Work involv e d is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to th e provisions
of Paragraph I 1.03); or
2. where the Work involved is not covered by unit price s contained in the Contract Documents ,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work inv olved is no t covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's
fee for overhead and profit (determined as provided in Paragraph 12.01.C).
C . Co ntractor 's Fee: The Contractor 's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee ; or
2. if a fixed fee is not agree d upon , then a fee based on the following percentages of the various
portions of the Cost of the Work:
a . for costs incurre d under Paragraphs I 1.01.A. l , 11.01.A .2. and 11.01.A .3, the
Contractor's additional fee shall be 15 percent except for:
1) rental fees for Contractor's own equipment using standard rental rates ;
2) bonds and insurance ;
b. for costs incurred under Paragraph 11.01.A.4 and I 1.01.A.5 , the Contractor's fee sha ll be
five percent (5%);
CITY OF FORT WORTH
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
STANDARDC0NSTRUCT I0N SPECIFICATION DO CUMENTS
Revision : &'23/202 1
00 7200 -1
GENERAL CO NDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.01.A. l and 11.01.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of fIVe percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shaU the cumulative total of fees paid be
in excess of 25%;
c. no fee shaU be payable on the ba s is of costs itemized under Paragraphs 11.01.A.6, and
11.01.B ;
d. the amount of credit to be aUowed by Contractor to City for any change which results in
a net decrease in cost will be th e amount of the actual net decrease in cost plus a deduction
in Contractor's fee by an amount equal to five percent (5%) of such net decrea se .
12.02 Change of Contrac t Time
A. The Contract Time may only be change d by a Change Order.
B. No extension of the Contract Time will be aUowed for Extra Work or for claimed delay unless the
Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can s how by Critical Path Method analysis how the Extra Work or claimed
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably dela ye d in the performance or completion of any part of the
Work within the Contract Time due to de lay beyond the control of Contractor, the Contract Time
may be extended in an amount equa l to the time lost due to s uch delay if a Contract Claim is made
therefor. Delays beyond the control of Contractor shall include , but not be limited to , acts or
neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, frres , flood s, epidemics , abnorma l weather conditions , or acts of God.
Such an adju stment shaU be Contractor 's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shaU not be liable to Contractor for any claims , costs , losses, or
damages (inc ludin g but not limited to all fees and charges of engineers , architects, attorneys , and
other professionals and a ll court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C . Contractor shaU not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attrib utable to and within the control of a Subcontractor
or Supplier shaU be deemed to be delays within the control of Contractor.
D . The Contractor shall receive no compensation for dela ys 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.
CITY OF FORT WORTH
STANDARD C0NST RUCTI0N SPECIF ICATION DOCUMENT S
Revis ion: &23!202 1
00 72 00 -1
GENERAL CON DITI ON S
Page 48 of 63
ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspection s
A. Contractor shall give City timely notice of readiness of the Work for all required inspections ,
tests , or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B . If Contract Documents , Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections , tests , retests or approvals ,
pay all costs in connection therewith, and furnish City the required certificates of inspection or
approval; excepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department ofLicensure and Regulation (TDLR) inspections , which shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections , tests, re-tests , or approvals required for City 's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials , mix designs, or equipment
submitted for approval prior to Contractor 's purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
City .
D . City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City .
1. City will coordinate such Testing to the extent possible , with Contractor;
2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor 's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
C ITY OF FORT WORTH
STANDARD C0NSTR UCTI0 N SPEC IFI CA TIO N DOC UMENTS
Rev ision: &23/202 1
00 72 00 -1
GENERAL COND ITI ONS
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work ( or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13 .03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific in structions by the City, it
mu st , if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, €xpose, or otherwise make available
for observation, inspection , or testing as City may require , that portion of the Work in question ,
furnishing all necessary labor, material, and equipment.
I. If it is found that the uncovered Work is defective , Contractor shall pay all claims, costs,
losses , and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other profes s ionals and all court or other dispute resolution costs) arising out of
or relating to s uch uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City s hall be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective , Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time , or both, directly attributable to such
uncovering , exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Work is defective , or Contractor fails to s upply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents , City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
CITY OF FORT WORTH
STANDARDCONSTRUCT!ON SPECIFICAT ION DOCUMENTS
Revision : &,2J.,2'.J2 I
00 72 00-1
GENERAL CON DI T IONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity , or any surety for , or employee or agent of
any of them.
13 .06 Correction or Removal of Defectiv e Work
A. Promptly after receipt of written notice , Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated , installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims , costs , additional testing, losses , and damages (including but not
limited to all fees and charges of engineers , architects, attorneys , and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
13.07 Correction Pe riod
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be
prescribed by the terms of any applicable special guarantee required by the Contract Documents),
any Work is found to be defective , or if the repair of any damages to the land or areas made
available for Contractor's use by City or permitted by Laws and Regulations as contemplated in
Paragraph 6 .1 0.A is found to be defective , Contractor shall promptly, without cost to City and in
accordance with City's written instructions:
1. repair such defective land or areas ; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City 's written instructions , or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs , losses , and damages (including but not limited to all fees and charges of engineers ,
architects, attorneys , and other professionals and all court or other dispute resolution costs) arising
out of or relating to such correction or repair or such removal and replacement (including but not
limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C ITY OF FORT WORTH
ST ANDARD C0NS TRUC TI0 N SPEC I FI CA TIO N DOCUMENTS
Revi sion: &23/2021
00 7200 -1
GENERAL CO NDI TIONS
Page 5 1 of 63
C. In special circumstances where a particular it e m of equipment is plac e d in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13 .07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E . Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13 .07 sha ll not be construed as a substitute for , or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it , City may do so. Contractor shall pay all claims , costs, losses, and damages (including but
not limited to all fees and charges of engineers , architects, attorneys , and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and determination to acceµ:
such defective Work and for the diminished va lu e of the Work to the extent not otherwise paid by
Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued
incorporating the nece ssary revisions in the Contract Documents with respect to the Work, and City
shall be entitled to an appropriate decrease in the Contract Price , reflecting the diminished value of
Work so accepted.
13.09 City May Correct D efective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13 .06 .A, or if Contractor fails to perform the Work in accordance w ith the Contract Documents ,
or if Contractor fails to comply with any other provision of the Contract Documents , City may ,
after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude Contractor
from all or part of the Site, take possession of all or part of the Work and suspend Contractor's
services related thereto, and incorporate in the Work all materials and equipment incorporated in
the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere.
Contractor shall allow City , City's representatives , agents, consultants, employees , and City's
other contractors, access to the Site to enable City to exercise the rights and remedies under this
Paragraph.
C . All claims , costs, losses, and damages (including but not limited to all fees a nd charges of
engineers , architects, attorneys, and other professionals and a ll court or other dispute resolution
C ITY OF FORT WORTH
ST AND ARD CONST RUCTION SPEC IF !CA TIO N DOC UM ENTS
Revi sion: &'23/2021
00 72 00 -1
GENERAL CON DITI ONS
P age 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City 's rights and remedies under this
Paragraph 13.09.
ARTICLE 14 -PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Valu es
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out and
signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents .
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale , invoice, or other
documentation warranting that City has received the materials and equipment free and clear of
all Liens and evidence that the materials and equipment are covered by appropriate insurance
or other arrangements to protect City 's interest therein, all of which must be satisfactory to
City.
4. Beginning with the second Application for Payment, each Application shall include an affidavit
of Contractor stating that previous progress payments received on account of the Work have
been applied on account to discharge Contractor's legitimate obligations associated with prior
Applications for Payment.
5. The amount of retainage with respect to progress payments will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
C ITY OF FORT WORTH
ST AND ARD CONS TR UC TIO N SPEC IFI CA TIO N DOC UM EN TS
Rev ision: ~I
B. Review of Applications:
00 72 00-1
GENERAL CO NDITIONS
P age 53 of 63
1. City will, after receipt of each Application for Payment, either indicate in wntmg a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application .
2 . City 's processing of any payment requested in an Application for Payment will be based on
City 's observations of the executed Work, and on City's review of the Application for Payment
and the accompanying data and schedules , that to the best of City's knowledge:
a . the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance , the
results of any subsequent tests called for in the Contract Documents, a final determination
of quantitie s and classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been performed
have been exhaustive , extended to every aspect of the Work in progress , or involved
detailed in spections of the Work beyond the responsibilities specifically assigned to City
in the Contract Documents ; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor; or
c. Contractor has complied with Laws and Regulations applicable to Contractor's performance
of the Work.
4 . City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests , and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective or completed Work has been damaged by the Contractor or
subcontractors requiring correction or replacement;
b . discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders ;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09 ; or
C IT Y OF FORT WORTH
ST ANDARD C0NS TR UC TI 0N SPEC IFI CA TI ON DOCUMENTS
Revision: &23/202 1
00 72 00 -1
GENERAL CO NDITI ONS
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
Page 54 of 63
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages . For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents , the sum per day specified in the Agreement will be
assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the
City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F . Reduction in Payme nt:
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor ha s delivered
a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens ;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actua l knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02 .B.4.e or Paragraph 15.02.A .
2 . If City refuses to make payment of the amount requested, City will give Contractor writte n
notice stating the reasons for s uch action and pay Contractor any amount remaining after
deduction of the amount so withheld. C ity shall pay Contractor the amount so withhe ld , or any
adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons
for such action .
14.03 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARDC0NSTR UC TI0 N SPE CIF ICATIO N DO C UMEN TS
Revi sion: 8/23/2021
14.04 Partial Utili z ation
00 72 00 -1
GENERAL CON DITI ON S
Page 55 of 63
A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which
has specifically been identified in the Contract Documents, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for its intended purpose
without significant interference with Contractor's performance of the remainder of the Work. City
at any time may notify Contractor in writing to permit City to use or occupy any such part of the
Work which City determines to be ready for its intended use , subject to the following conditions :
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14 .05.A. l , City and
Contractor shall make an in spection of that part of the Work to determine it s status of
completion . If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3 . Partial Utilization will not constitute Final Acceptance by City.
14.05 Final In sp e ction
A . Upon written notice from Contractor that the entire Work JS Substantially Complete m
accordance with the Contract Documents :
1. Within 10 da ys, City will s chedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this in spection reveals that
the Work is incomplete or defective (''Punch List Items "). Contractor shall immediately take
such measures as are necessary to complete such Work or remedy such deficiencies .
B. No time charge will be made against the Contractor between said date of notification to the City
of Substantial Completion and the date of Final Inspection.
1. Should the City determine that the Work is not ready for Final Inspection, City will notify the
Contractor in writing of the reasons and Contract Time will resume .
2. Should the City concur that Substantia l Completion has been achieved with the exception of
any Punch List Items , Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Fina/Acceptance
Upon completion by Contractor to City 's satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
C IT Y OF FORT WORTH
ST AND ARD CONSTRUC TI ON SPEC IF ICA TIO N DOCUMENTS
R ev ision: &23/202 1
14.07 Final Payment
A. Application/or Payment:
007200 -1
GENERAL CON DITI ON S
Page 56 of 63
1. Upon Final Acceptance, and in the opinion of City, Contractor ma y make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied ( except as previously delivered) by:
a . all documentation called for in the Contract Documents , including but not limited to the
evidence of insurance required by Paragraph 5.03 ;
b. consent of the surety, if any , to final payment;
c . a list of all pending or released Damage Claims against City that Contractor believes are
unsettled ; and
d. affidavits of payments and complete and legally effective releases or waivers
(satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the
Work.
B. Payment Becomes Due:
1. After City 's acceptance of the Application for Payment and accompanying documentation ,
requested by Contractor, less previous payments made and any sum City is entitled ,
including but not limited to liquidated damages , will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b . Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Comp letion Delayed and Partial Retainage Release
A . If fmal completion of the Work is significantly delayed, and if City so confoms, City may , upon
receipt of Contractor's fmal Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully completed and accepted . If the
remaining balance to be held by City for Work not fully completed or corrected is less than the
retainage stipulated in Paragraph 14.02.C , and if bonds have been furnished as required in
Paragraph 5.02 , the written consent of the surety to the payment of the balance due for that
C ITY OF FORT WORTH
ST AND ARD CONSTRUC TIO N SPEC IF ICA TIO N DO CUMENTS
Revi sion : &23/2D21
00 72 00 -I
GENERAL COND ITIONS
P age 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payme nt shall be mad e under the terms and conditions
go verning final payment, except that it shall not constitute a waiver of Contract Claims .
B. Partial Retainage R elease . For a Contract that provides for a separate vegetative establishment
and maintenance , and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations , the City may release a portion of
the amount retained provided that all other work is completed as determined by the City . Before
the release , all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14 .09 Waiver of Claims
The acceptance offmal payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause , City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix. the date on which Work will be resumed. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Contract Documents , for any rea son, the City will make no extra payment for stand-by time of
construction equipment and/or construction crews.
B. Should th e Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time , Contractor may request an extension in Contract
Time, directly attributable to any s uch suspension.
C. If it should become necessary to suspend the Work for an indefmite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnece ssarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed ; he shall provide suitab le drainage about the work, and erect
temporary structures where neces sary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed . Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimburse ment may not be allowed if the equipment is
moved to another construct ion project for the City.
CITY OF FORT WORTH
STANDARD C0NS TR UCTI0N SPEC IFI CAT ION DOCUMENTS
Revi sion : &'23!202 1
15.02 City May Terminate for Cause
00 72 00-1
GENERAL CONDIT IONS
Page 58 of 63
A. The occurrence ofany one or more of the following events by way of example, but not oflimitation ,
may justify termination for cause:
1. Contractor 's persistent failure to perform the Work in accordance with the Contract Documents
(including , but not limited to , failure to supply sufficient skilled workers or suitable materials
or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's
Busine ss Diversity Enterprise Ordinance #20020-12-2011established under Paragra}Xl
6 .06.D);
2. Contractor 's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor 's repeated disregard of the authority of City; or
4. Contractor's violation in any substantia l way of any provisions of the Contract Documents;
or
5. Contractor 's failure to promptly make good any defect in materials or workmanship, or
defects of any nature , the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose ;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. Ifone or more of the events identified in Paragraph 15.02A. occur, City will provide written notice
to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice .
I. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations , declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated , Surety shall be ob ligated to take over and perform the
Work. IfSurety does not commence performance thereof within 15 consecutive calendar days
after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARDC0NSTRUCTI0N SPECIF I CATION DOCUMENTS
Revi s ion: ~I
007200-1
GENERAL CO NDITI ON S
P age 59 o f 63
obligations , then City, without process or action at law, may take over any portion of the
Work and complete it as described below .
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere , and fmish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds
all claims , costs , losses and damages sustained by City arising out of or resulting from
completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance , Contractor shall pay the difference to City. Such claims,
costs , losses and damages incurred by City will be incorporated in a Change Order, provided
that when exercising any rights or remedies under this Paragraph, City shall not be required to
obtain the lowest price for the Work performed.
4. Neither City , nor any of its respective consultants, agents , officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B , Contractor 's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.
D. Where Contractor 's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
C ITY OF FORT WORTH
ST AND ARD CONST RUC TIO N SPEC IF ICA TIO N DOC UMEN T S
Revi sion : ~I
15.03 City May Terminate For Convenience
00 72 00-1
GENERAL CONDIT IONS
Page 60 of 63
A . City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor
specifying the extent to which performance of Work under the contract is terminated, and the date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of termination;
2. place no further orders or subcontracts for materials , services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times , and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts , Work in progress , completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans , drawings , information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination ; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination ,
the Contractor may submit to the City a list , certified as to quantity and quality , of any or all items
of termination inventory not previously disposed of, exclusive of items the disposition of which
has been directed or authorized by City .
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF !CATION DOCUMENTS
Re vision : &'23/2021
00 72 00 -1
GENERAL CO NDITIONS
Page 6 1 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items are
stored, within 45 days from the date of submission of the list , and any necessary adjustments to
correct the list as submitted, shall be made prior to final settlement.
E . Not later than 60 days after the notice of termination , the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an extension
is made in writing within such 60 day period by the Contractor, and granted by the City , any and
all such claims shall be conclusively deemed waived.
F. In such case , Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any , due to the Contractor by reason of the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revenue or other economic loss arising out of or resulting from
such termination.
ARTICLE 16-DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes fmal and binding. The request for mediation
shall be submitted to the other party to the Contract. Timely submission of the request shall stay
the effect of Paragraph 10.06.E .
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.C or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become fmal and binding 30 days after
termination of the mediation unless , within that time period , City or Contractor:
CITY OF FORT WORTH
STANDARD C0NSTR UC TIO N SPEC I F ICATIO N DOCUMENTS
Re vision: &!23/202 1
00 72 00 -1
GENERAL CON DITI ONS
P age 62 of 63
1. elects in wrrtmg to invoke any other dispute resolution process provided for m the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process ; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction .
ARTICLE 17 -MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice , it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confinnation of receipt by the receiving party.
17.02 Computation ofTimes
When any period of time is referred to in the Contract Documents by days , it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day
of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them which are otherwise imposed or available
by Laws or Regulations , by special warranty or guarantee , or by other provisions of the Contract
Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation , right , and remedy to which
they apply.
C ITY OF FORT WORTH
STANDARDC0NSTRUC TI 0N SPEC IFI CA TIO N DO CUM ENTS
Rev ision: &!23i202 1
17.04 Survival of Obligations
00 72 00 -1
GENERAL CO NDITI ONS
P age 63 of 63 .
All representations , indemnifications , warranties , and guarantees made in, required by, or given in
accordance with the Contract Documents , as well as all continuing obligations indicated in the
Contract Documents , will survive fmal payment, completion, and acceptance of the Work or
termination or comp letion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD C0NS TR UC TI0 N SPEC IFI CA TIO N DOCUMENTS
Rev is ion : &2312D2 1
Supplementary Conditions
SECTION 00 73 00
SUPPLEMENT ARY CONDITIONS
TO
GENERAL CONDITIONS
00 73 00
SUPPLEMENTARY COND ITIO NS
Page I of5
These Supplementary Conditions modify and supplement Section 00 72 00 -General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supp lemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein .
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B .2, "Resolving Discrepancies"
Plans govern over Specifications.
SC-4.0IA
Easement limits shown on the Drawing are approximate and were provided to establish a basi s for bidding.
Upon receiving the final easements descriptions , Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.0IA.1., "Availability of Lands"
The following is a list of known outstanding right-of-way , and/or easements to be acquired, if any as of
November 5, 2021:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER
NUMBER
None
TARGET DATE
OF POSSESSION
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings , Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 9, 2020
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 1 2023
SC-4.0lA.2, "Availability of Lands"
Utilities or obstructions to be removed, adjusted, and/or re located
00 73 00
SUP PLEMENTARY CONDITIO NS
Page 2 of5
The following is list of utilities and/or obstructions that have not been removed, adjusted , and/or relocated
as ofNovember 5, 2021
E XPECTE D
OWNER
UTILITY AND LOCATION
None
TARGET DATE OF
ADruSTMENT
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed ,
and do not bind the City .
SC-4.02A., "Subsurface and Physica l Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
None
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
None
SC-4.06A., "Hazardous Env ironmental Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SC-5.03A., "Certificates of Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees .
(1) City
(2) Consultant: None
(3) Other: None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5 .04A.
Statutory limits
Employer's liability
$100 ,000 each accident/occurrence
$100 ,000 Disease -each employee
$500 ,000 Disease -policy limit
CITY OF FORT WORTH
ST AND ARD CON STRU CTIO N SPEC IFI CATION DO CU ME NTS
Revi sed March 9, 20 20
UTILITY CU T REPAIR
CONTRACT I 202 3
City Project No . UC-01 2023
SC-5.04B., "Contractor's Insurance"
00 73 00
SUPPLEMENTARY CONDITION S
Page3of 5
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1 ,000,000 each occurrence
$2,000,000 aggregate limit
The po licy must have an endorsement (Amendment -Aggregate Limits oflnsurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate oflnsurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GC-5 .04C . Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability -a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned , hired and non -owned .
$1,000 ,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000
$500,000
$100,000
Bodily Injury per person I
Bodily Injury per accident /
Property Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's construction activities will require its employees, agents , subcontractors, equipment, and
material deliveries to cross railroad properties and tracks : None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its /their trains
or other property. Such operations on railroad properties may require that Contractor to execute a "Right of
Entry Agreement" with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate:
(2) Each Occurrence:
__ Required for this Contract
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC IFICATION DOC UMENTS
Revi sed March 9, 202 0
$Confirm Limits with Railroad
$Confirm Limits with Railroad
_x_ Not required for this Contract
UTILITY CUT REPAIR
CONTRACT I 2023
Ci ty Project No . UC -01 2023
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of5
With respect to the above outlin ed insurance requirements, the following shall govern:
1. Where a sing le railroad company is in vo lved , the Contractor shall provide o ne in surance policy in
the name of the railroad company. However, if more than one grade separation or at -grade
crossing is affected by the Project at entire ly separate locations on the lin e or lin es of the same
railroad company, separate coverage may be required , each in the amount stated above.
2 . Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way , the Contractor
may be required to provide separate insuran ce policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade cross in g, other work or activity is proposed on a
rai lroad company's right-of-way at a location entire ly separate from the grade separation or at-
grade crossing, in surance coverage for this work must be included in the policy coverin g the grade
separation.
4 . If no grade separation is involved but other work is proposed on a rai lroad company's right-of-
way, all such other work may be covered in a single policy for that ra ilro ad, even though the work
may be at two or more separate locations.
o work or activities on a railroad company's property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named , as required above. A ll such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor's beginning wo rk.
T he insurance spec ifi ed above must be carried until all Work to be performed on the rai lroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during a ll maintenance and /or repair work performed in the rai lroad right-of-way.
Such insurance must name the rai lroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC -6.04., "Project Sc hedule "
Project schedule shall be tier I for the project.
SC -6.07., "Wage Rate s"
The following is the prevailing wage rate table(s) app li cab le to this project and is provided in the
Appendixes:
GC-6.07 2013 Prevailin g Wage Rate s (Heavy & Highway Construction Projects)
A copy of the table is a lso availab le by accessing the City's website at:
https://apps.fortworthtexas.gov/ProjectResources/
You can access the file by follow in g the directory path :
02-Construction Documents/Specification s/Div00 -General Conditions
SC-6.09., "Permits and Utilities"
SC-6.09 A., "Cont ractor obtained permits and licen ses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
None
SC-6.09B . "C ity obtained permits and licen ses"
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 9 , 2020
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
00 73 00
SUPPLEMENTARY CONDI T IONS
Page 5 of5
T he following are known pe rmit s a nd /or li censes required by the Co ntract to be ac quired by th e C ity : None
SC-6.09 C. "Outstanding permits and licen ses"
T he following is a li st of known o ut standin g permits and/or li ce nses to be acq uired , if any as of Nove mb er
5, 2021:
Outstanding Permits and /or Licenses to Be Acqu ired
OWNER PERMIT OR LICENSE AND LOCATION
None
SC-7 .02., "Coordination "
TARGET DATE
OF POSSESSION
T he indi vid ua ls o r entities li sted below have co ntracts w ith th e C ity for the p erforma nce of othe r work at
the Site:
Vendor Scope of Work Coordination Authority
None
SC-8.01, "Commun ication s to Contractor"
None
SC-9.01., "City's Project Manager"
T he C ity 's Project Manager for thi s Co ntract is J. Chris U nd erwood , or hi s/her s ucce sso r purs uant to
written notification from the Director of Water Department
SC-13.03C., "Tests and In s pections"
None
SC-16 .0l C.1, "Methods and Procedures"
None
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01 ., "City 's Project Representative " wording changed to City 's Project
Manager.
3/9/2020 D.V. Magana SC-6.07 , Updated the link such that files can be accessed via the City 's
website .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised March 9, 202 0
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
SECTION 0111 00
2 SUMMARY OF WORK
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
01 11 00-I
SUMMARY OF WO RK
Page I of3
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B . Deviations from thi s City of Fort Worth Standard Specification
8 1. None.
9 C . Related Specification Sections include, but are not necessarily limited to:
10 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division I -General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with thi s Item is cons idered subsidiary to the various items bid.
15 No separate payment will be a llowed for thjs Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor, materials, and equipment, and performing
20 all Work necessary for trus construction project as detailed in the Drawings and
21 Specifications .
22 B . Subsidiary Work
23 1. Any and all Work specifically governed by documentary requirements for the
24 project, s uch as conditions imposed by the Drawings or Contract Documents in
25 which no specific item for bid has been provided for in the Proposal and the item is
26 not a typical unit bid item included on the standard bid item list, then the item shall
27 be considered as a subsidiary item of Work, the cost of which shall be included in
28 the price bid in the Proposal for various bid items.
29 C. Use of Premi ses
30 1. Coordinate uses of premi ses under direction of the City .
3 1 2. Assume full responsibility for protection and safekeeping of materials and
32 equipment stored on the Site .
33 3. Use and occupy only portion s of the public s treets and alleys, or other public places
34 or other ri g hts-o f-way as provided for in the ordinances of the City, as shown in the
35 Contract Documents, or as may be specifically authorized in writing by the City.
36 a. A reasonable amount of tools, materials , and equipment for construction
37 purposes may be stored in such space, but no more than is necessary to avoid
38 delay in the construction operations.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECLF ICA TIO N DOC UMENTS
Revised Decem ber 20 , 2012
UT ILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
0 111 00-2
SUMMARY OF WORK
Page 2 of3
b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property .
4 c. If the street is occupied by railroad tracks , the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Divi s ion O as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City .
14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4 . Prese rve and use every precaution to prevent damage to, all trees , shrubbery, plants ,
18 lawns, fences, culverts, curbing, and all other types of structures or improvem e nt s,
19 to all water, sewer, and gas lines , to all conduits, overhead pole lines , or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5 . Notify the proper representat ives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a . Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b . Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants ,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character re s ulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material , or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
C ITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPEClF ICATION DOCUMENTS
Revised December 20 , 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Proj ec t No. UC-0 I 2023
1.5 SUBMITT ALS [NOT US ED]
OJ 11 00 -3
SUMMARY OF WORK
Page3of3
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US ED]
3 1.7 CLO SEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MAT ERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED)
8 1.12 WARRANTY [NOT USED]
9 PART 2 -PRODUCTS [NOT USED]
10 PART 3 -EXECUTION [NOT USED]
11 END OF SECTION
12
13
R evi s io n Log
D ATE NAME
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFIC A TJON DOCUMENTS
Revised December 20, 2012
SUMMAR Y OF CHANGE
UTILITY CUT REPAIR
CONTRACT I 2023
City Proj ect No . UC-0 I 2023
SECTION 01 25 00
2 SUBSTITUTION PROCEDURES
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
01 25 00 -I
SUBSTITUTI ON PROCEDURES
Page I of 4
6 1. The procedure for requesting the approval of substitution of a produc t that is not
7 equivalent to a product which is specified by descriptive or performance criteria or
8 defined by reference to 1 or more of the following:
9 a. Name of manufacturer
10 b . Name of vendor
11 c. Trade name
12 d. Catalog number
13 2. Substitutions are not "or-equals".
14 B . Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C. Related Specification Sections include, but are not necessarily limited to :
17 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1 -General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various items bid.
22 No separate payme nt will be allowed for this Item.
23 1.3 REFERENCES [NOT USED]
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Request for Substitution -General
26 1. Within 30 days after award of Contract (unless noted otherwise), the City w ill
2 7 consider formal requests from Contractor for substitution of products in place of
28 tho se specified.
29 2. Certain types of equipment and kinds of material are described in Specifications by
30 means of references to names of manufacturers and vendors, trade names, or
31 catalog numbers .
32 a . When thi s method of specifying is used, it is not intended to exclude from
33 consideration other products bearing other manufacturer's or vendor's names ,
34 trade names , or catalog numbers , provided said products are "or-equals," as
35 determined by City.
36 3. Other types of equipment and kinds of material may be acceptable substitutions
37 under the following conditions:
38 a. Or-equals are unavailable due to strike, discontinued production of products
39 meeting specified requirements, or other factors beyond control of Contractor;
40 or,
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEClF ICATION DOCUMENTS
Revised July I , 20 11
UT ILITY CUT REP AIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
0 I 25 00 -2
SUBSTITUTION PROC EDURES
Page 2 of 4
b . Contractor proposes a cost and /or time reduction inc ent ive to the City.
2 1.5 SUB MITT ALS
3 A. See Request for Substitution Form (attached)
4 B. Procedure for Requesting Substitution
5 1. Substitution shall be considered only:
6 a. After award of Contract
7 b. Under the conditions stated herein
8 2. Submit 3 copies of each written request for substitution, including:
9 a. Documentat ion
10 1) Complete data substantiating compliance of proposed substitution with
11 Contract Documents
12 2) Data relating to changes in construction schedule, when a reduction is
13 proposed
14 3) Data relating to changes in cost
15 b. For products
16 1) Product identification
17 a) Manufacturer's name
18 b) Telephone numb e r and repre se ntative contact name
19 c) Specification Section or Drawing reference of originally specified
20 product, including di screte name or tag number assigned to original
21 product in the Contract Documents
22 2) Manufacturer's literature clearly marked to show compliance of proposed
23 product with Contract Documents
24 3) Itemized comparison of original and proposed product addressing product
25 characteristics including, but not necessarily limited to:
26 a) Size
27 b) Composition or materials of construction
28 c) Wei ght
29 d) E lectrical or mechanical requirements
30 4) Product experience
31 a) Location of past projects utilizing product
32 b) Name and telephone number of persons as s ociated with referenced
33 projects knowledgeable concerning proposed product
34 c) Available field data and reports associated with proposed product
35 5) Samples
36 a) Provide at request of City.
37 b) Samples become the property of the City.
38 c. For construction methods:
39 1) Detailed description of proposed method
40 2) Illustration drawings
41 C. Approval or Rejection
42 1. Written approval or rejection of s ubstitution g iven by the City
43 2. City reserves the right to re quire proposed product to comply with color and pattern
44 of specified product if necessary to secure design intent.
45 3. In the event the substitution is approved, the resulting cost and/or time reduction
46 will be documented by Change Order in accordance with the General Conditions.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECfF ICA TION DOCUMENTS
Revised Jul y I , 201 1
UT ILITY CUT REPAIR
CONTRACT 1 2023
City Project No . UC-0 I 2023
01 25 00 -3
SUBSTITUTION PROCEDURES
Page 3 of4
4. No additional contract time will be given for substituti on.
2 5. Substitution will be rejected if:
3 a. Submittal is not through the Contractor with his stamp of approval
4 b. Request is not made in accordance with this Specification Section
5 c. In the City's opinion, acceptance w ill require substantia l revision of the original
6 design
7 d. In the City's opinion , substitution will not perform adequately the function
8 consistent with the design intent
9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE
13 A. In making request for substitution or in using an approved product, the Contractor
14 represents that the Contractor:
15 1. Has invest igated proposed product, and has determined that it is adequate or
16 superior in all respects to that specified, and that it will perform function for which
17 it is intended
18 2. Will provide same guarantee for substitute item as for product specified
19 3. Will coordinate installation of accepted substitution into Work, to in c lude building
20 modifications if necessary, making such changes as may be required for Work to be
21 complete in all respects
22 4 . Waives all c laims for additional costs related to substitution which s ub sequently
23 arise
24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
25 1.11 FIELD [SITE] CONDITIONS [NOT USED)
26 1.12 WARRANTY [NOT USED]
27 PART 2 -PRODUCTS [NOT USED]
28 PART 3 -EXECUTION [NOT USED]
29 END OF SECTION
30
31
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Revised July I , 20 11
SUMMARY OF CHANGE
UTILITY CUT RE PAIR
CONTRACT I 2023
City Project No. UC-OJ 2023
1
2
3
4
5
6
7
8
9
JO
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
0 1 25 00 -4
SUBSTITUTION PROCEDURES
Page 4 of 4
TO: __________________________________ _
PROJECT: _______________ DATE : __________ _
We hereby su bmit fo r your consideration the following product in stead of the s pecified item for
the above proj ect:
SECTION PARAGRAPH SPECIFIED ITEM
11 Proposed Substitution: ______________________________ _
12 R eason for Substitution: _____________________________ _
13 Include complete informatio n on changes to Drawings and /or Specifications which proposed
14 s ub sti tution wi ll require for its prope r installation.
15
16 Fill in Blanks Be lo w :
17 A. Will the unders igned contractor pay for changes to the building des ign, including engineering
18 and deta iling costs caused by the re qu es ted sub stitution?
19
20
2 1 B . What effect do es s ub stitution have on other trades?
22
23
24 C. Differe nces between prop osed s ub stitution and s pecified item ?
25
26
27 D. Difference s in product cost or product delive ry time ?
28
29
30 E. Manufacturer's g uarantee s of the proposed and specified items are:
31
32
33
34
35
36
37
3 8
39
40
41
42
4 3
44
45
___ E qu a l ___ B etter (ex plain on attachment)
The under s igned states that the function, appearance and quality are equivalent or superior to the
s pecified item.
Submitted By: For Use by City
Signature ____________ _ Recommended Recommended
as noted
Firm ______________ _ Not recommended __ Received late
Address ____________ _ By _________________ _
Date _________________ _
Date ______________ _ Remarks _______________ _
Telephone ____________ _
46 For Use by City:
47
48
49
___ Approved
City _____________ _
C !TY OF FORT WORTH
ST AND ARD CONS TRU CTION SPECIF ICATION DO CUMENTS
Revi se d Jul y I , 2011
___ Rejected
Date _________________ _
UTILITY CUT REPAI R
CONTRACT I 2023
City Project No . UC -0 1 2023
01 31 19 -I
PRECONS TRUCT IO N MEETlNG
Page I of3
1 SECTION 01 3119
2 PRECONSTRUCTION MEETING
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 I . Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include , but are not necessarily limited to:
11 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract
12 2 . Division 1 -General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A . Measurement and Payment
15 I . Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for thi s Item .
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A . Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded , tapes wi II be used to prepare minutes and retained by City for
25 future reference.
26 B . Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City .
30 2 . The Project Representative will preside at the meeting, prepare the notes of the
3 1 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b . Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City may request
C ITY OF FORT WO RTH
ST AN D ARD CONSTR UCTIO N SPEC IFI CATIO N DOC UMENTS
Re vised Aug ust 17, 20 I 2
UTILITY CUT REP AIR
CONTRACT I 2023
C ity Project no . UC -0 1 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
e . Other City representatives
f . Others as appropriate
4. Construction Schedule
0131 19 -2
PRECO NSTRUCTIO N ME ETING
Page 2 of3
a . Prepare baseline construction schedule in accordance with Section 01 32 16 and
provide at Preconstruction Meeting.
b. City wi ll notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way , utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedu le
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. F ield Orders
k . Disposal Site Letter for Waste Material
I. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Contro l Testing
o . Public Safety and Convenience
p . Documentation of Pre-Construction Cond itions
q. Weekend Work Notification
r. Legal Holidays
s . Trench Safety Plans
t. Confi ned Space Entry Standards
u. Coordination with the City 's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w . Coordination with other Contractors
x. Early Warning System
y. Contractor Eval uation
z . Special Conditions applicable t o the project
aa. Damages Claims
bb. Submittal Procedures
cc . Substitution Procedures
dd. Correspondence Routing
ee . Record Drawings
ff. Temporary construction facilit ies
gg. M/WBE or MBE/SBE procedures
hh. Fi na l Acceptance
ii . Fin al Payment
jj. Questions or Comments
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SP ECIFICATION DO C UMENTS
Revi sed Aug ust I 7, 20 12
UTILITY C UT REPAIR
CONTRACT I 2023
City Proj ect no . UC-0 I 2023
1.5 SUBMITT ALS [NOT USED]
0 1 31 19 - 3
PRECONSTRU CT ION ME ETfNG
Pa ge 3 of3
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE , AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 -PRODUCTS [NOT USED]
10 PART 3 -EXECUTION [NOT USED)
11 END OF SECTION
12
13
R evis io n Log
D ATE NAME
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECrF ICA TION DOCUMENTS
Revi se d A ugust 17 , 20 12
SUMMARY OF CH ANGE
UTILITY CUT REPAIR
CONTRACT I 2023
City Proj ec t no . UC -01 2023
SECTION 01 31 20
2 PROJECT MEETINGS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
0 131 20 -1
PROJEC T MEETINGS
Page I of3
6 1. Provisions for project meetings throughout the construction period to enable orderly
7 review of the progress of the Work and to provide for systematic discussion of
8 potential problems
9 B. Deviations this City of Fort Worth Standard Specification
10 1. This specification is for use on projects designated as Tier 3 or Tier 4. This
11 contract is a Tier 1 contract, thus not applicable.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract
14 2. Division 1 -General Requirements
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A . Measurement and Payment
17 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payment will be allowed for this Item.
19 1.3 REFERENCES [NOT USED]
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Coordination
22 1. Schedule, attend and administer as specified, periodic progress meetings, and
23 specially called meetings throughout progress of the Work.
24 2. Representatives of Contractor, subcontractors and suppliers attending meetings
25 shall be qualified and authorized to act on behalf of the entity each represents .
26 3. Meetings administered by City may be tape recorded.
27 a. If recorded , tapes will be used to prepare minutes and retained by City for
28 future reference.
29 4. Meetings , in addition to those specified in this Section, may be held when requested
30 by the City, Engineer or Contractor.
31 B. Pre-Construction Neighborhood Meeting
32 1. After the execution of the Agreement, but before construction is allowed to begin ,
33 attend 1 Public Meeting with affected residents to:
34 a. Present projected schedule, including construction start date
35 b. Answer any construction related questions
36 2. Meeting Location
37 a. Location of meeting to be determined by the City.
38
C ITY OF FORT WORTH
ST AND ARD C ON STRUCTIO N SPEC IFI C ATION DOCUMENTS
Re v ise d July I , 20 1 I
UTILITY CUT REPAIR
CO NTRACT I 2023
C ity Proj ect No. UC-01 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
C.
3. Attendees
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
01 31 20 -2
PROJECT MEETINGS
Page 2 of3
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre -construction conference.
b. In no case will construction be allowed to begin until thjs meeting is held .
Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to di sc uss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Re so lution of construction issues
e. E quipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so reque st by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supp lier representatives whom the Contractor may desire
to invite or the City may request
d. E ngineer's representatives
e. City's repre se ntatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b . Field observations, problems, conflicts
c . Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress , schedule, during succeeding Work period
1. Coordination of schedules
J. Review submittal schedules
k . Maintenance of quality standards
I. Pending changes and substitutions
m . Review proposed changes for:
I) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
CITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 1 2023
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Revi sed Jul y I , 20 1 I
o . Review monthly pay request
2 p. Review status of Requests for Information
3 6. Meeting Schedule
01 31 20 - 3
PROJ ECT MEETINGS
Page 3 of 3
4 a. Progress meetings will be held periodically as determined by the Project
5 Representative.
6 1) Additional meetings may be held at the request of the:
7 a) City
8 b) E ngineer
9 c) Contractor
10 7. Meeting Location
11 a. The City will establish a meeting location.
12 1) To the extent practicable , meetings will be held at the Site.
13 1.5 SUBMITTALS [NOT USED]
14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
15 1.7 CLOSEOUT SUBMITTALS [NOT USED]
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE [NOT USED]
18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
19 1.11 FIELD [SITE] CONDITIONS [NOT USED)
20 1.12 WARRANTY [NOT USED]
21 PART 2 -PRODUCTS [NOT USED]
22 PART 3 -EXECUTION [NOT USED]
23 END OF SECTION
24
25
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
SUMMARY OF CHANGE
UTILITY CUT REPAJR
CONTRACT 1 2023
City Project No . UC-01 2023
0 1 32 16 - I
CONS TRUC TION PROG RESS SCHED ULE
Page I o f 10
SECTION 01 32 16
2 CONSTRUCTION SCHEDULE
3 PART 1 -GENERAL
4 1.1 SUMMARY
5 A Section Includes:
6 I. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 I. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract
14 2. Division I -General Requirements
15 D. Purpose
16 The City of Fort Worth (City) is committed to delivering quality, cost-effective
17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
18 properly structured schedule with accurate updates. This supports effective monitoring
19 of progress and is input to critical decision making by the project manager throughout
20 the life of the project. Data from the updated project schedule is utilized in status
21 reporting to various levels of the City organization and the citizenry.
22
23
24
25
26
27
This Document complements the City's Standard Agreement to guide the construction
contractor (Contractor) in preparing and submitting acceptable schedules for use by the
City in project delivery . The expectation is the performance of the work follows the
accepted schedule and adhere to the contractual timeline.
28 The Contractor will designate a qualified representative (Project Scheduler) responsibe
29 for developing and updating the schedule and preparing status reporting as required by
30 the City.
31 1.2 PRICE AND PAYMENT PROCEDURES
32 A Measurement and Payment
33 I. Work associated with this Item is considered subsidiary to the various items bid.
34 No separate payment will be allowed for this Item.
35 2. Non-compliance with this specification is grounds for City to withhold payment of
36 the Contractor 's invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A Project Schedules
C ITY OF FORT WORTH
STANDARD C ONSTRUCTION SPEC IFI C ATION DOC UM ENTS
Revi sed Aug ust 13 , 2021
UTILITY CUT REP AIR
CONTRACT I 2023
City Proj ect No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
B.
01 32 16 -2
CONSTRUC TI ON P ROGRESS SCHEDULE
Page 2 of 10
Each project is represented by City 's master project schedule that encompasses the
entire scope of activities envis ioned by the City to properly deliver the work. When the
City contracts with a Contractor to perform construction of the Work, the Contractor
wiJJ develop and maintain a schedule for their scope of work in alignment with the
City 's standard schedule requirements as defined herein . The data and information of
each such schedule will be leveraged and become integral in the master project
schedule as deemed appropriate by the City 's Project Control Specialist and approved
by the City 's Project Manager.
1. Master Project Schedule
The master project schedule is a holistic representation of the scheduled activities
and milestones for the total project and be Critical Path Method (CPM) based. The
City's Project Manager is accountable for oversight of the development and
maintaining a master project schedule for each project. When the City contracts for
the design and/or construction of the project, the master project schedule will
incorporate elements of the Design and Construction schedules as deemed
appropriate by the City 's Project Control Specialist. The assigned City Project
Control Specialist creates and maintains the master project schedule in P6 (City 's
scheduling software).
2. Construction Schedule
The Contractor is responsible for developing and maintaining a schedule for the
scope of the Contractor's contractual requirements. The Contractor will issue an
initial schedule for review and acceptance by the City's Project Control Specialist
and the City 's Project Manager as a baseline schedule for Contractor 's scope of
work. Contractor will issue current, accurate updates of their schedule (Progress
Schedule) to the City at the end of each month throughout the life of their work.
Schedule Tiers
The City has a portfolio of projects that vary widely in size, complexity and content
requiring different scheduling to effectively deliver each project. The City uses a
"tiered" approach to align the proper schedule with the criteria for each project. The
City's Project Manager determines the appropriate schedule tier for each project, and
includes that designation and the associated requirements in the Contractor's scope of
work. The following is a summary of the "tiers ".
1. Tier 1: Small Size and Short Duration Project ( design not required)
The City develops and maintains a Master Project Schedule for the project. No
schedule submittal is required from Contractor. City's Project Control Specialist
acquires any necessary schedule status data or information through discussions with
the respective party on an as-needed basis.
2. Tier 2: Small Size and Short to Medium Duration Project
The City develops and maintains a Master Project Schedule for the project. The
Contractor identifies "start" and "finish" milestone dates on key elements of their
work as agreed with the City's Project Manager at the kickoff of their work effort.
The Contractor issues to the City , updates to the "start" and "finish" dates for such
milestones at the end of each month throughout the life of their work on the project.
3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
C ITY OF FORT WORT H UTILITY CUT REPAIR
CONTRACT I 2023
C ity Proj ect No. UC-0 I 2023
STANDARD CONSTRUCT ION SPEC IFI CATION DOCUMENTS
Revised Au g ust 13, 2021
0 132 16 -3
CONS TRUC TION PROGR ESS SC HEDULE
Page 3 of 10
The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Level 3) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City , updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on the
7 project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue
11 monthly updates to the City Project Manager ( end of each month) as a "progress "
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City , it becomes the "Baseline" schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress s
22 significantly behind schedule, the City's Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example ofaBaseline Schedule is provided in Specification0l 3216.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the "Progress Schedule". The City 's
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non-acceptance notification . An example of a Progress Schedule is
37 provided in Specification 01 32 16.2 Construction Project Schedule Progress
38 Example .
39 D . City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
C ITY OF FO RT WORTH
ST AND ARD CONSTRUCTION SP EC IFICATION DOC UMENTS
Revised Aug ust 13 , 2021
UTILITY C UT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 202 3
OJ 32 16 -4
CONST R UC TIO PROGRESS SC HED ULE
Pag e 4 of 10
2
3
4
5
6
7
8
9
10
11
1. Schedule Framework-The schedule will be based on the def med scope of work
and foUow the (Critical Path Methodology) CPM method. The Contractor's
schedule will align with the requirements of this specification and will be cost
loaded to reflect their plan for execution . Compliance with cost loading can be
provided with traditional cost loading of line items OR a projected cost per
month for the project when the initial schedule is s ubmitted, updated on a
quarterly basis is significant change is anticipated. OveraU schedule duration
will align with the contractual requirements for the respective scope of work and be
reflected in City 's Master Project Schedule. The Project Number and Name of the
Project is required on each schedule and must match the City 's project data.
12 E. Schedule File Name
13 All schedules submitted to the City for a project will have a file name that begins with
14 the City 's project numberfoUowed by the name of the project foUowed by baseline (if
15 a baseline schedule) or the year and month (if a progress schedule), as shown below .
16
17 • Baseline Schedule File Name
18
19
20
21
22
23
24
25
26
27
28
Format:
Example:
City Project Number_Project Name_Baseline
101376_North Montgomery Street HMAC _Baseline
• Progress Schedule File Name
Format: City ProjectNumber_ProjectName_YYYY-MM
Example: 101376_North Montgomery Street HMAC _2018_01
• Project Schedule Progress Narrative File Name
Format: City ProjectNumber_ProjectName_PN_YYYY-MM
Example: 101376_North Montgomery Street HMAC_PN_2018_01
29 F. Schedule Templates
30 The Contractor will utilize the relevant sections from the City's templates provided in
3 I the City 's document management system as the basis for creating their respective
32 project schedule . Specifically , the Contractor 's schedule will align with the layout of
33 the Construction section. The templates are identified by type of project as noted
34 below.
35 • Arterials
36 • Aviation
37 • Neighborhood Streets
38 • Sidewalks (later)
39 • Quiet Zones (later)
40 • Street Lights (later)
41 • Intersection Improvements (later)
42 • Parks
43 • Storm water
44 • Street Maintenance
45 • Traffic
46 • Water
47
48 G. Schedule Calendar
C ITY OF F ORT WORTH
STANDARD CONSTRUCT IO N SPEC IFI C ATION DOC UM ENTS
Rev ised Au g us t 13, 202 1
UTILITY CUT REP AIR
CO NTRACT I 202 3
C ity Proj e ct No. UC-0 I 2023
2
3
4
5
6
7
8
9
0 13216-5
C ONS TRUC TION PROGRES S SCHEDULE
P age 5 of IO
The City's standard calendar for schedule development purposes is based on a 5-day
workweek and accounts for the City 's eight standard holidays (New Years, Martin
Luther King , Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
Christmas). The Contractor will establish a schedule calendar as part of the schedule
development process and provide to the Project Control Specialist as part of the basis
for their schedule. Variations between the City 's calendar and the Contractor's
calendar must be resolved prior to the City's acceptance of their Baseline project
schedule.
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project deJjvery .
18
19 I. Contractor is required to utilize the City's WBS structure and respective
20 project type template for "Construction" as shown in Section 1.4.H below.
21 Additional activities may be added to Levels I -4 to accommodate the needs
22 of the organization executing the work. Specifically the Contractor will add
23 activities under WBS XXXXXX.80.83 "Construction Execution" that
24 deHneates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City's Standard Milestones as shown
27 in Section 1.4.1 below. Contractor will include additional milestones
28 representing intermediate deJjverables as required to accurately reflect their
29 scope of work.
30
31 I. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity , and in some cases the extent of the activity . AU activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 "project start" and "project finish " milestones.
37
38
39
40
41
42
43
The activity duration is based on the physical amount of work to be performed for the
stated activity , with a maximum duration of 20 working days OR a continuous activity
in one location. If the work for any one activity exceeds 20 days, break that activity
down incrementally to achieve this duration constraint. Any exception to this requires
review and acceptance by the City 's Project Control Specialist.
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseHne schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseHne schedule to the City for
C ITY OF FORT WORTH
STANDARD CONSTRUCTION S PEC IFI C ATION DOC UMENTS
Revi sed Au g ust 13 , 202 1
UTILITY CUT REP AIR
CONTRACT I 202 3
City Project No. UC-0 I 2023
0 1 32 16 -6
CONSTRUCT ION PROGRESS SCHEDULE
Page 6 of 10
1
2
3
4
5
6
7
8
review and acceptance as d escribed in Section l . 5 below. Updated baseline schedules
adhere to the followin g :
1. Time extensions associated with approved contract modifications are limited to the
actual amount of time the project activities are antic ip ated to be delayed, unless
otherwise approved by the Program Manager.
9
2. The re -baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
10
11 3 . The changes in logic or durations approved by the City are used to analyze the impact
12 of the change and is included in the Change Order. The coding for a new activity(s)
13 added to the schedule for the Change Order includes the Change Order number in the
14 Activity ID. Use as many activiti es as needed to accurately show the work of the
15 Change Order. Revisions to the baseline schedule are not effective until accepted by
16 the City .
17 K City 's Work Breakdown Structure
18
19 WBS Code WBS Name
20 XXXXXX Project Name
21 XXXXXX.30 Design
22 XXXXXX.30 .10 Design Contractor Agreement
23 XXXXXX .3 0.20 Conceptual Design (30%)
24 XX:XXXX.30.30 Preliminary Design (60%)
25 XXXXXX.30.40 Final Design
26 XXXXXX.30.50 Environmental
27 XXXXXX .30.60 Permits
28 :XXXXXX.30 .60 .10 Permits -Identification
29 :XXXXXX.30.60.20 Permits -Review /Approve
30 XXXXXX.40 ROW & Easements
31 XXXXXX.40.10 ROW Negotiations
32 XXXXXX.40.20 Condemnation
33 XXXXXX. 70 Utility Relocation
34 XXXXXX.70.10 Utility Relocation Co-ordination
35 XXXXXX.80 Construction
36 XXXXXX.80.81 Bid and Award
37 XXXXXX .80 .83 Construction Execution
38 XXXXXX.80.85 Inspection
39 XXXXXX.80.86 Landscaping
40 XXXXXX.90 Closeout
41 XXXXXX.90.10 Construction Contract Close-out
42 XXXXXX.90.40 Design Contract Closure
43 L. City's Standard Milestones
44 The following milestone activities (i.e., important events on a project that mark critical
45 points in time) are of particular interest to the City and must be reflected in the project
46 schedule for all phases of work.
47
CITY OF FORT WORTH
STANDARD CONSTRUCT ION S P ECIF ICATION DOCUMENTS
Revised August 13, 202 I
UTILITY CUT REPAIR
CONTRACT I 2023
City Proj ec t No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
0 1 32 16-7
CONSTRUCT ION PROGRESS SCHEDULE
Activity ID Activity Name
Design
3020
3040
3100
Award Design Agreement
Issue Notice to Proceed-Design Engineer
Design Kick-off Meeting
Page 7of 10
3120 Submit Conceptual Plans to Utilities, ROW, Traffic , Parks, Storm Water,
3150
3160
3170
3220
3250
3310
Water & Sewer
Peer Review Meeting/Design Review meeting (technical)
Conduct Design Public Meeting #1 (required)
Conceptual Design Complete
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic ,
Parks , Storm Water, Water & Sewer
Conduct Design Public Meeting #2 (required)
3260 Preliminary Design Complete
Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water ,
Water & Sewer
3330 Conduct Design Public Meeting #3 (if required)
3360 Final Design Complete
ROW & Easements
4000 Right of Way Start
4230 Right of Way Complete
Utility Relocation
7000 Utilities Start
7120 Utilities Cleared/Complete
Construction
Bid and Award
8110 Start Advertisement
8150 Conduct Bid Opening
8240 Award Construction Contract
Construction Execution
8330 Conduct Construction Public Meeting #4 Pre-Construction
8350 Construction Start
8370 Substantial Completion
8540 Construction Completion
9130 Notice of Completion/Green Sheet
9150 Construction Contract Closed
9420 Design Contract Closed
39 1.4 SUBMITIALS
40 A Schedule Submittal & Review
41 The City's Project Manager is responsible for reviews and acceptance of the Contractor 's
42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of
43 the Contractor 's baseline and progress schedules with the Master Project Schedule as
44 support to the City's Project Manager. The City reviews and accepts or rejects the
45 schedule within ten workdays of Contractor 's submittal.
46
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13 , 2021
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No UC-0 I 2023
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
1. Schedule Format
0 1 3216-8
CONSTRUCTIO PROGRESS SCHEDULE
Page 8 of 10
T he Contractor will s ubmit eac h sc hedule in two e lectronic forms, one in native fil e
format (.xer, .xml, .mpx) and the second in apdfformat, in the City's docum ent
management system in the location dedicated for this purpose and identified by the
Project Manager. In the event the Contractor do es not use Primavera P6 or MS
Project for s cheduling purposes , the schedule information must be submitted in .xis or
.xlsx format in compliance with the sample layout (See Specification 01 32 16.1
Construction Proj ec t Schedule Baseline Example), including activity predecessor s,
s uccessors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their schedule for their scope of work and submit their
initial schedule in electronic form (in the file formats noted above), in the City's
document management system in the location dedicated for this purpose at least 5
working days prior to Pre Construction Meeting .
The City's Project Manager and Proj ect Control Specialist review this infrial schedule
to determine alignment with the City 's Master Project Schedule, including format &
WBS s truc ture . Fo llowing the City 's re v iew , feedback is provided to the Contractor
for their use in fmalizing th eir initial sc hedule and issuin g (within five workdays) their
Baseline Schedule for final revie w and acceptance by the City.
3 . Progress Schedule
The Contractor will upd ate and issue their project schedule (Progress Schedule) by the
last day of each month throughout the life of their work on the project. The Progress
Schedule is submitted in electronic form as noted above, in the City 's document
manage m ent system in th e location d edicat ed for this purpose.
The City 's Project Control team reviews each Progress Schedule for data and
information that s upport th e assessment of the update to the schedule. In the event
data or information is mis s in g or incomplete, the Project Controls Specialist
communicates directly with the Contractor's scheduler for providing same. The
Contractor re-submits the corrected Progress Schedule within 5 workdays, following
the submittal process noted a bove. The City's Project Manager and Project Control
Specialist review the Contractor's progress schedule for acceptance and to monitor
performance and progress .
The following list of items are required to ensure proper status information is
contained in the Progress Schedule.
• Base line Start date
• Baselin e Finish Date
• % Complete
• Float
• Activity Logic (dependencies)
• Critical Path
• Activitie s added or deleted
• Expected Baseline Finish date
• Variance to the Baseline Finish Date
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS
Revi sed August 13, 2021
UTILITY CUT REP AIR
CONTRACT I 2023
C ity Project No. UC-0 l 2023
0 1321 6 -9
CONSTRUCT IO NPROGRESSSCHEDULE
Page 9 of 10
B. Monthly Construction Status Report
2 The Contractor submits a written status report (referred to as a progress narrative) at the
3 monthly progress meeting (if monthly meetings are held) or at the end of each month to
4 accompany the Progress Schedule submittal using the standard format provided in
5 Specification 013216.3 Construction Project Schedule Progress Narrative. The content
6 of the Construction Project Schedule Progress Narrative should be concise and complete
7 to include only changes, delays, and anticipated problems.
8
9 C. Submittal Process
10 • Schedules and Monthly Construction Status Reports are submitted in in the City's
11 document management system in the location dedicated for this purpose.
12 • Once the project has been completed and Final Acceptance has been issued by the
13 City , no further progress schedules or construction status reports are required from
14 the Contractor.
15 1.
16 1.5 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS [NOT USED]
17 1.6 CLOSEOUT SUBMITIALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITIALS [NOTUSED]
19 1.8 QUALI1Y ASSURANCE
20 A The person preparing and revising the construction Progress Schedule shall be
21 experienced in the preparation of schedules of similar complexity.
22 B. Schedule and supporting documents addressed in this Specification shall be prepared ,
23 updated and revised to accurately reflect the performance of the construction.
24 C. Contractor is responsible for the quality of all submittals in this section meeting the
25 standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, S10RAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SIIB] CONDITIONS [NOT USED]
28 1.11 WARRANfY [NOT USED]
29 1.12 ATIACHMEN1S
30 Spec O 1 32 16.1 Construction Project Schedule Baseline Example
31 Spec 013216 .2 Construction Project Schedule Progress Example
32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIFICATION DOCUM ENTS
Revi sed August 13 , 202 1
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
2 PART 2 -PRODUCTS [NOT USED]
3 PART 3 -EXECUTION [NOT USED]
4 END OF SECTION
5
Revision Log
0 1 32 16 - 10
CONSTRUCTJO PROGRESS SCHEDULE
Page 10 of 10
DATE NAME SUMMARY OF CHANGE
6
8/13/202 1 Michael O\\en Revised t o update specificat ion require ment s and eliminate duplicate sc h ed ul e
sp ecifications.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
UT ILI TY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
SECTION 01 32 33
2 PRECONSTRUCTION VIDEO
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Specification
0 132 33-1
PRECONS TRUCTION VlDEO
Page I of2
9 1. Given the brief nature of the Work Orders in this contract, Preconstruction
10 Videos will only be required as requested by the inspector or directed by the
11 engineer.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract
14 2. Division 1 -General Requirem e nts
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 1. Work associated with this Item is considered s ubsidiary to the various items bid .
18 No separate payment will be allowed for this Item.
19 1.3 REFERENCES [NOT USED]
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Preconstruction Video
22 1. Produce a preconstruction video of the site/alignment, including all areas in the
23 vicinity of and to be affected by construction.
24 a. Provide digital copy of video upon request by the City.
25 2. Retain a copy of the preconstruction video until the end of the maintenance surety
26 period.
27 1.5 SUBMITTALS [NOT USED]
28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
29 1.7 CLOSEOUT SUBMITTALS [NOT USED]
30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
31 1.9 QUALITY ASSURANCE [NOT USED]
32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
33 1.11 FIELD [SITE] CONDITIONS [NOT USED]
34 1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEClFICA TION DOCUMENTS
Rev ised Jul y I , 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
PART 2 -PRODUCTS [NOT USED]
2 PART 3 -EXECUTION [NOT USED]
3 END OF SECTION
4
Revision Log
01 32 33 -2
PRECONSTRUC TION VID EO
Page 2 of2
DATE NAME SUMMARY OF CHANGE
5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS
Revi sed Jul y I , 20 11
UTILITY CUT REPAfR
CONTRACT I 2023
City Project No . UC-0 I 2023
SECTION 01 33 00
2 SUB MITT ALS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
0 I 33 00 -I
SUBMITIALS
Page I of8
6 1. General methods and requirements of submissions applicable to the following
7 Work-related s ubmittal s:
8 a . Shop Drawings
9 b. Product Data (including Stand a rd Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B . Deviations from this City of Fort Worth Standard Specification
13 1. None .
14 C. Related Specification Sections include, but are not nece ssar ily limited to:
15 1. Divi s ion 0 -Bidding Requirements , Contract Forms and Conditions of the Contract
16 2. Division 1 -General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payme nt
19 1. Work associated with thl s Item is considered subsidiary to the various items bid .
20 No separate payment will be a llowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal, of any deviations in the
25 submittals from the requirements of the Contract Documents.
26 2. Coordination of Submittal Times
27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of
28 pe rformin g the related Work or other applicable activities, or within the time
29 specified in the individual Work Sections , of the Specifications.
30 b. Contractor is responsible such that the installation will not be delayed by
31 processing times including, but not limited to :
32 a) Di sapproval and resubmittal (ifrequired)
33 b) Coordination with other submittals
34 c) Testing
35 d) Purchasing
36 e) Fabrication
37 f) Delivery
38 g) Similar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Revised December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC -01 2023
0 1 33 00 -2
SUBMITIALS
Page 2 of8
d. Make submittals promptly in accordance with approved schedule, and in such
2 sequence as to cause no delay in the Work or in the work of any other
3 contractor.
4 B. Submittal Numbering
5 I. When submitting shop drawings or samples, utilize a 9-character submittal cross-
6 reference identification numbering system in the following manner:
7 a. Use the first 6 digits of the applicable Specification Section Number.
8 b . For the next 2 digits number use numbers 01-99 to sequentially number each
9 initial separate item or drawing submitted under each specific Section number.
10 c . Last use a letter, A-Z, indicating the resubmission of the same drawing (i .e.
11 A=2nd submission, B =3 rd submission, C=4th submission, etc.). A typical
12 submittal number would be as follows:
13
14 03 30 00-08-B
15
16 1) 03 30 00 is the Specification Section for Concrete
17 2) 08 is the eighth initial submittal under this Specification Section
18 3) Bis the third submission (second resubmission) of that particular shop
19 drawing
20 C. Contractor Certification
21 1. Review shop drawings , product data and samples, including those by
22 subcontractors, prior to submission to determine and verify the following:
23 a. Field measurements
24 b. Field construction criteria
25 c. Catalog numbers and similar data
26 d . Conformance with the Contract Documents
27 2. Provide each shop drawing, sample and product data submitted by the Contractor
28 with a Certification Statement affixed including:
29 a. The Contractor's Company name
30 b. Signature of submittal reviewer
31 c. Certification Statement
32 1) "By this submittal, I hereby represent that I have detennined and verified
33 field measurements , field construction criteria, materials , dimensions ,
34 catalog numbers and similar data and I have checked and coordinated each
35 item with other applicable approved shop drawings."
36 D. Submittal Format
37 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11 inches.
38 2. Bind shop drawings and product data sheets together.
39 3. Order
40 a. Cover Sheet
41 1) Description of Packet
42 2) Contractor Certification
43 b. List of item s/ Table of Contents
44 c. Product Data /Shop Drawings/Samples /Calculations
45 E. Submittal Content
46 1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH
ST AND ARD CONSTRUCT IO N SPECfFICA TION DOCUMENTS
Rev ised December 20, 20 I 2
UTILITY CUT REPA IR
CONTRACT I 2023
City Project No. UC-01 2023
2. The Project title and number
2 3. Contractor identification
3 4. The names of:
4 a. Contractor
5 b. Supplier
6 c. Manufacturer
0 I 33 00 -3
SUBMITIALS
Page 3 of8
7 5. Identification of the product, with the Specification Section number, page and
8 paragraph(s)
9 6. Field dimensions, clearly identified as such
10 7. Relation to adjacent or critical features of the Work or materials
11 8. Applicable standards, such as ASTM or Federal Specification numbers
12 9. Identification by highlighting of deviations from Contract Documents
13 10. Identification by highlighting of revisions on resubmittals
14 11. An 8-inch x 3-inch blank space for Contractor and City stamps
15 F. Shop Drawings
16 1. As specified in individual Work Sections includes, but is not necessarily limited to:
17 a. Custom-prepared data such as fabrication and erection/installation (working)
18 drawings
19 b. Scheduled information
20 c. Setting diagrams
21 d. Actual shopwork manufacturing instructions
22 e. Custom templates
23 f. Special wiring diagrams
24 g. Coordination drawings
25 h . Individual system or equipment inspection and test reports including:
26 1) Performance curves and certifications
27 i. As applicable to the Work
28 2. Details
29 a. Relation of the various parts to the main members and lines of the structure
30 b. Where correct fabrication of the Work depends upon field measurements
31 1) Provide such measurements and note on the drawings prior to submitting
32 for approval.
33 G. Product Data
34 1. For submittals of product data for products included on the City's Standard Product
35 List, clearly identify each item selected for use on the Project.
36 2. For submittals of product data for products not included on the City's Standard
37 Product List, submittal data may include, but is not necessarily limited to:
38 a. Standard prepared data for manufactured products (sometimes referred to as
39 catalog data)
40 1) Such as the manufacturer's product specification and installation
41 instructions
42 2) Availability of colors and patterns
43 3) Manufacturer's printed statements of compliances and applicability
44 4) Roughing-in diagrams and templates
45 5) Catalog cuts
46 6) Product photographs
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational-range diagrams
0 1 33 00 -4
SUB MITIALS
Page 4 of 8
3 9) Production or quality control inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and mai ntenance instructions and recommended
6 spare-parts listing and printed product warranties
7 12) As applicable to the Work
8 H. Samples
9 1. As specified in individual Sections , include, but are not necessarily limited to:
10 a. Physical examples of the Work such as :
11 1) Sections of manufactured or fabricated Work
12 2) Small cuts or containers of materials
13 3) Complete units of repetitively used products color/texture/pattern swatches
14 and range sets
15 4) Specimens for coordination of visual effect
16 5) Graphic symbols and units of Work to be used by the City for independent
17 inspection and testing, as applicable to the Work
18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to
19 be fabricated or installed prior to the approval or qualified approval of such item.
20 1. Fabrication performed, materials purchased or on-site construction accomplished
21 which does not conform to approved shop drawings and data is at the Contractor's
22 risk.
23 2. The City will not be liable for any ex pense or delay due to corrections or remedies
24 required to accomplish conformity .
25
26
3. Complete project Work, materials , fabrication , and installations in conformance
with approved shop drawings , applicable samples, and product data.
27 J . Submittal Distribution
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
1. Electronic Distribution
a . Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw si te , or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload s ubmittal to de s ignated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than I hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above .
c. Product Data
I) Upload s ubmittal to des ignated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
I) Distributed to the Project Representative
2 . Hard Copy Distribution (ifrequired in lieu of electronic distribution)
C ITY OF FORT WORTH
ST AND ARD CON STR UC TION SPEC IFI CATIO N DOCUMENTS
Re vised De cemb er 20, 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
Ci ty Project No . UC-0 1 2023
1 a. Shop Drawings
2 I) Distributed to the City
3 2) Copies
4 a) 8 copies for mechanical submittals
5 b) 7 copies for all other submittal s
0 I 33 00 -5
SUBMITTALS
Page 5 of8
6 c) If Contractor requires more th an 3 copies of Shop Drawings returned ,
7 Contractor shall submit more than the number of copies listed above.
8 b. Product Data
9 I) Distributed to the City
10 2) Copies
11 a) 4 copies
12 c. Samples
13 I) Distributed to the Project Representative
14 2) Copies
15 a) Submit the number stated in the respective Specification Sections.
16 3. Distribute reproductions of approved shop drawings and copies of approved
17 product data and samples , where required, to the job site file and elsewhere as
18 directed by the City.
19 a. Provide number of copies as directed by the City but not exceeding the number
20 previously specified.
21 K. Submittal Review
22 1. The review of shop drawings , data and samples will be for general conformance
23 with the design concept and Contract Documents. This is not to be construed as:
24 a. Permitting any departure from the Contract requirements
25 b. Relieving the Contractor of responsibility for any errors, including details ,
26 dimensions, and materials
27 c. Approving departures from details furnished by the City, except as otherwise
28 provided herein
29 2 . The review and approval of shop drawings , samples or product data by the City
30 does not relieve the Contractor from his/her responsibility with regard to the
3 1 fulfillment of the terms of the Contract.
32 a. All risks of error and omission are assumed by the Contractor, and the City will
33 have no responsibility therefore.
34 3 . The Contractor remains responsible for details and accuracy, for coordinating the
35 Work with all other associated work and trades, for selecting fabrication processes,
36 for techniques of assembly and for performing Work in a safe manner.
37 4 . If the shop drawings , data or samples as submitted describe variations and show a
38 departure from the Contract requirements which City finds to be in the interest of
39 the City and to be so minor as not to involve a change in Contract Price or time for
40 performance, the City may return the reviewed drawings without noting an
41 exception.
42 5. Submittals will be returned to the Contractor under I of the following codes:
43 a. Code 1
44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
45 comments on the submittal.
46 a) When returned under this code the Contractor may release the
47 equipment and/or material for manufacture.
48 b. Code 2
C ITY OF FORT WORTH
STANDARD CO N STRU CTIO N SPEC IFI CATIO N DOCUMENTS
Revi sed December 20, 20 12
UTILITY CUT RE PAIR
CONTRACT I 2023
C ity Project No . UC-01 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
0 I 33 00 -6
SUBMITIALS
Page 6 of 8
1) "EXCEPTIONS NOTE D". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is ass igned when the submittal does not meet the
intent of the Contract Documents .
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision tri angle or other simi lar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City 's
expense.
1) All subsequent reviews wi ll be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, w ill not ent itle the Contractor to an extension of Contract
T im e.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City 's
discretion.
b. Submittals deemed by the City to be not comp lete will be returned to the
Contractor, and will be co nsidered "Not Approved" until resubmitted.
c . The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete .
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPEClFI CATION DOCUMENTS
Revi sed December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
0 133 00-7
SUBMITIALS
Page 7 of8
1 9. When th e shop drawings have been completed to the satis fac tion of the City, the
2 Co nt ractor may carry out the construction in accordan ce therewith and n o furt he r
3 changes therein except upon written in stru ction s from the C ity .
4 10. Each submittal , appropr iatel y coded, w ill be returned within 30 Cale nd ar D ays
5 fo llowing receipt of submittal by the C ity.
6 L. Mock up s
7 1. Mock Up unit s as s pecifi ed in indi vi du a l Sections, includ e, but are not necessaril y
8 limited to , complete unit s of the stand ar d of accepta nc e for that type of Work to be
9 used on the Project. R emove at the completion of the Work or when directed.
IO M. Qualifications
11 1. If s pecifi call y required in other Sections of these Specifications, s ubmit a P.E .
12 Certification for each ite m required .
13 N. Request for Information (RFI)
14 1. Contractor R e qu est for a dditiona l information
15 a. Clarification or interpretat ion of the contract documents
16 b. When the Contractor beli eves there is a conflict between Contract Documents
17 c . When the Contractor believes th ere is a conflict between the D rawi ngs and
18 Specifications
19 1) Id entify the conflict and request c larifi cation
20 2 . Use the Request fo r Information (RFI) form provided by the C ity.
21 3. Numbering ofRFl
22 a . Prefix w ith "RFI " fo llowe d by series numbe r, "-xxx", beginning with "01 " and
23 increas in g se que nti a lly with each additional tran s mitta l.
24 4. Sufficient information s ha ll b e attached to permit a written response witho ut further
25 information .
26 5. The City will log each request and will review the request.
27 a. If review of the proj ect information re qu est indi cates that a change to th e
28 Contract D oc um e nt s is required , th e City will iss ue a Field Orde r or Change
29 Order, as appropriate.
30 1.5 SUBMITTALS [NOT USED]
3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
36 1.11 FIELD [SITE] CONDITIONS [NOT USED)
37 1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS
Revi sed December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
1 PART 2 -PRODUCT S [NOT US ED]
2 PART 3 -EXECUTION [NOT U SED]
3 END OF SE CTION
4
Rev isio n Log
DATE NAME SUMMARY OF CHANGE
0 I 33 00 - 8
SUBM ITTALS
Page8of8
12/20/20 12 D. Johnson 1.4.K.8. Working Days mod ifie d to Calendar Days
5
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF IC A TJON DOCUMENTS
Rev ised December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
City Projec t No. UC-0 1 2023
01 35 13 -1
SPEC IAL PROJECT PROCEDURES
Page I of 12
SECTION 01 35 13
2 SPEC IAL PROJECT PROCED URES
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Inc lud es :
6 1. T he pro ce dures for s p ec ia l proj ect c irc um stances th at includ es, but is not limit ed to:
7 a . Coordi nati on w ith th e Texas D ep artme nt of Trans portat ion
8 b . Work near H igh Vo lt age L in es
9 c. Co nfin ed Sp ace E ntry P rogram
IO d. Use of Exp los ives, D ro p We ight , Etc.
11 e. W ater D e partm ent Noti fication
12 f. Publi c Notificat ion P rior to B egi nnin g Co nstru cti on
13 g . Coordin ati on w it h Un ited States Army Co rp s of Engineers
14 h. C oordinati on within R ail road p ermits areas
15 i. Dust Co ntro l
16 j . E mpl oyee Parking
17 B . D eviati ons fro m thi s Ci ty of Fort W orth Stand ard Sp ec ificat io n
18 1. NON-EXCLUSIVE CONTRACT-
19 This contract is non-exclu sive. During the term of this contract or an y renewal
20 hereof, the City re serves the right to advertise and award another contract for
2 1 like or similar work. If a second contract is award ed, the City further reserves
22 the right to iss ue work orders under either contract as it deem s in its best
23 interest, without recourse.
24 The City also reserve s the right to ex ecute additional contracts for emergency
25 work, for egoing the advertising and awarding process , as it deems in it s be st
26 int ere st, without recours e.
27 2. PAYMENT-
28 Because of the unique nature of this contract, General Conditions (00-72-00)
29 Article 14 shall not apply and shall be superseded by the following:
30 Whenever the improvements prescribed by an individual Work Order have
31 been completed, the contractor shall notify the engineer. The engineer or other
32 appropriate official of the owner will, within a reasonable time, perform the
33 inspections. If such in spection reveal s that the improvements are in an
34 acceptable condition and have been completed in accordance with the term s of
35 the Contract Documents and all approved modifications thereof, the engineer
36 will recommend acceptance of the work under that particular Work Order
37 and recommend payment therefore.
38 If the engineer finds that the work ha s not been completed as required, he
39 shall so advise the contractor in writing, furnishing him an itemized list of all
40 known items which have not been completed or which are not in acceptable
4 1 condition. When the contractor has corrected all such items, he shall again
42 notify the engineer that the improvements are ready for inspection , and the
43 engineer shall proceed as outlined above.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March I 1, 2022
UTILITY CUT REPAIR
CONTRACT I 2023
city project No. UC-0 I 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
3.
OJ 35 13 -2
SPECIAL PROJECT PROCE DURES
Page 2 of 12
Whenever the improvements prescribed by the individual Work Order have
been completed and all the requirements of the Contract Documents have
been fulfilled on the part of the contractor, an estimate showing the value of
the work will be prepared by the engineer as the necessary measurements,
computations and checks can be made.
The amount of the estimate will be paid to the contractor after acceptance by
the Water Department Director, provided the contractor has furnished to the
owner satisfactory evidence of payment as follows: Prior to submission of the
estimate for payment, the contractor shall execute an affidavit, as furnished by
the City, certifying that all persons, firms, associations, corporations or other
organizations furnishing labor and/or materials under that Work Order have
been paid in full, that the wage scale established by the City Council in the
City of Fort Worth has been paid, and that there are no claims pending for
personal injury and/or property damages.
The acceptance by the contractor of the individual payment as aforesaid shall
operate as and shall release the owner from all claims or liabilities under the
Contract for anything done or furnished or relating to the work under that
Work Order or any act or neglect of said City relating to or connected with
the Contract.
The making of the payment by the owner shall not relieve the contractor of
any guarantees or other requirements of the Contract Documents which
specifically continue thereafter.
BID QUANTITIES-
Bid quantities of the various items in the proposal are for comparison only and
may not reflect the actual quantities. There is no limit to which a bid item can
be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the
final measured quantities. To the extent that General Conditions (00-72-00)
Article 11 conflicts with this provision, this provision controls. No claim will be
considered for lost or anticipated profits based upon differences in estimated
quantities versus actual quantities.
In particular, the Contractor shall be aware that it is the City's intention that
the quantities in Unit I be used on an "emergency" basis only.
Total quantities given in the bid proposal may not reflect actual quantities;
however, they are given for the purpose of bidding and awarding the contract.
A contract in the amount of $300,000.00 (See Options to Renew) shall be
awarded with final payment based on actual measured quantities and the unit
price in this proposal. Moreover, there is to be no limit on the variation
between the estimated quantities shown and the actual quantities performed.
It is understood and agreed that the scope of work contemplated in this
contract is that which is designated by the City but will in no case exceed
$300,000.00 (see Options to Renew)
CITY OF FORT WORTH UTILITY CUT REPAJR
CONTRACT I 2023
city project No . UC -0 I 2023
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rev ised March I I , 2022
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
3 0
3 1
32
33
3 4
35
3 6
3 7
3 8
39
40
41
42
43
44
45
46
4. CONTRACT TIME-
01 35 13 - 3
SP EC IAL PR OJ EC T PROCED URES
Page 3 o f 12
It is understood and agreed that the scope of work contemplated in this
contract is that which is designated by the City as the need arises. It is further
agreed that the term of this contract is three hundred sixty-five (365) calendar
days from the date of execution of contract work order and no orders will be
accepted by the contractor after the contract has expired.
At the end of the contract, the contractor will have twenty-one (21) additional
calendar days to complete the work already ordered and fifteen (15) additional
calendar days to bill said work for a total of thirty-six (36) days after contract
termination to complete and bill work authorized pursuant to this contract.
5. OPTION TO RENEW-
The time period of this Agreement will be for one calendar year or the
ex piration of the funding, whichever occurs last. The City has the right to
renew this contract for three (3) one year terms/expenditures of $300,000.00
under the same terms, conditions and unit prices. The City shall give at least
sixty (60) days' notice prior to the expiration of one year from the date of
execution of this contract or of an option period or a like notice at such time as
there is less than $20,000.00 left unexpended.
6. SCOPE OF WORK.-
The work covered by these Specifications consists of the paving repair over
utility cuts which have been backfilled previously by the City Water
Department, as indicated by the details and possible adjacent areas damaged
by blowout, etc. Included in this work will be the removal of the existing
material in order to insure a paving section in conformity with existing
pavement or the appropriate detail shown in this document as directed by the
engineer and all other miscellaneous items of construction to be performed as
outlined in the specifications, which are necessary to satisfactorily complete the
work.
There will not be a direct payment for saw cutting the existing asphalt or
concrete, compacting the existing sub grade or removal of the existing
material. These items will be considered subsidiary to the contract. The
contractor will be required to maintain a capping course of hot-mix cold lay
asphalt in areas where traffic has whipped out washed rock, until the paving
repair can be accomplished. These items will be considered subsidiary to the
contract.
The inspector will pick up the repair tickets by 8:00 a.m. Monday through
Thursday. The repair tickets will be issued to the contractor early the next
day. Each repair ticket that is issued shall be completed within twenty-one (21)
calendar days. The twenty-one (21) calendar days for completion of the job
begin the day after the contractor receives the ticket. (See Time Allowed for
Utility Cuts)
The contractor shall identify to the engineer possible locations for settlement
of repaired pavement due to backfill of ditch by others. As directed by the
engineer, the contractor shall remove and replace existing backfill with
washed rock.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTI ON SPEC iflCA TION DOCUMENTS
Rev ise d M arch 11 , 2022
UTILITY CUT REPAIR
CONTRACT 1 2023
c ity proj ec t No . UC -0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
3 0
3 1
32
33
34
3 5
36
37
3 8
39
40
41
42
43
44
45
46
0135 13-4
SPEC IAL PROJECT PROCEDURES
Page 4 of 12
The Water Department will estimate the necessary size of the pavement repair
on each ticket. Upon receipt of each ticket the engineer shall determine, by
measurement, the required size of each repair. All repair sizes shall be
approved by the engineer prior to any repair work.
7. CONTRACTOR'S RESPONSIBILITY-
Contractor covenants and agrees to fully perform or cause to be performed,
with good faith and due diligence, and in accordance with standards common
to the industry and herein set forth in these Contract Documents which is
hereby incorporated and made a part of this contract, pavement repair to be
ordered by the City at various times and to be performed at various places by
separate repair tickets. The City may designate pavement to be repaired by
furnishing to the contractor a marked drawing, or street addresses contained
in a written order or by marking in the field by paint or other means, or by
any or all combinations of said methods of designation. The contractor agrees
that no work will be performed without written authorization from the
individual designated in writing by the Director of the Water Department.
8. REQUIRED CREW, PERSONNEL & EQUIPMENT-
Although there are no guarantees of work, the contractor shall be required to
furnish sufficient personnel and equipment capable of completely finishing an
average of fifty (50) utility cut tickets with an aggregate average of seven
hundred-fifty (750) square yards of permanent pavement repair each week.
9. TIME ALLOWED FOR UTILITY CUTS-
The contractor shall assist the engineer in measuring each pavement repair
before any work is started.
A repair ticket will be issued for each utility cut after measurement and
twenty-one (21) calendar days beginning the day after the ticket is issued will
be allowed for final completion of each utility cut. (See Scope of Work)
10. LIQUIDATED DAMAGES-
Failure to complete work on time: The owner and the contractor agree that it
will be most difficult or impossible to ascertain the amount of damages that
will be sustained by the owner if the contractor fails to complete the work in
the allotted time, but they both agree that the owner would sustain substantial
damages in such event. Accordingly, if the contractor fails to complete the
contract in the calendar days specified, a time charge shall be made for each
working day thereafter, not as a penalty but as liquidated damages.
The contractor shall pay liquidated damages of twenty-five dollars ($25.00)
per day per ticket for each repair cut not completed within twenty-one (21)
calendar days and liquidated damages shall end on day that repairs are
completed
Should the amount otherwise due the contractor be less than the amount of
such ascertained and liquidated damages, the contractor and his surety shall
be liable to the City of such delivery.
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECrF ICATION DOCUMENTS
Revised Ma rc h I I, 2022
UTILITY CUT REPAJR
CONTRACT I 2023
city proj ec t No. UC-0 I 2023 •
01 35 13 - 5
SPEC IAL PROJ EC T PROCEDURES
Page 5 of 12
11. SUBMISSION OF BIDS-
2 The proposal sections of this special contract document is arranged to allow
3 the owner to make payment based on size of repair. The contractor is required
4 to submit a bid on all proposals Unit I, Unit II, Unit III, Unit IV and Unit V.
5 Unit I will generally consist of small patch, less than or equal to 200 square
6 feet. Unit II will generally consist of medium patch, greater than 200 square
7 feet and less than 1,000 square feet. Unit III will generally consist of large
8 patch, greater than 1,000 square feet. Unit IV will generally consist of patches
9 where applicable base has already been installed. Unit V will generally consist
10 of items necessary for each size utility cut repair. The total low bidder, Units I,
11 II, III, IV and Vis the apparent successful bidder. If contractor does not bid
12 all five units of the proposal, the bid will be considered as "non-responsive"
13 and will be rejected by the Water Department.
14 12. MAINTENANCE BOND-
15 A maintenance bond in the amount of one hundred percent (100%) of the
16 contract amount shall be furnished for a period of two (2) years from the date
17 of final acceptance of the work will be required on this project.
18 C. Related Specification Sections include, but are not necessarily limited to:
19 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract
20 2. Division 1 -General Requirements
21 3. Section 33 12 25 -Connection to Existing Water Mains
22 1.2 PRICE AND PAYMENT PROCEDURES
23 A. Measurement and Payment
24 1. Coordination within Railroad permit areas
25 a. Measurement
26 1) Measurement for this Item will be by lump sum.
27 b. Payment
28 1) The work performed and materials furnished in accordance with this Item
29 will be paid for at the lump sum price bid for Railroad Coordination.
30 c. The price bid shall include :
31 1) Mobilization
32 2) Inspection
33 3) Safety training
34 4) Additional Insurance
35 5) Insurance Certificates
36 6) Other requirements associated with general coordination with Railroad,
37 including additional employees required to protect the right-of-way and
38 property of the Railroad from damage arising out of and/or from the
39 construction of the Project.
40 2. Railroad Flagmen
41 a. Measurement
42 1) Measurement for this Item will be per working day.
43 b . Payment
44 1) The work performed and materials furnished in accordance with this Item
45 will be paid for each working day that Railroad Flagmen are present at the
46 Site.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
city project No. UC -0 I 2023
OJ 35 13 -6
SPEC IA L PROJECT PROCEDURES
2
3
4
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) F lagmen
3) Other requirements associated with Railroad
3. All other items
Page 6 of 12
5
6
7
a . Work associated with these Items is considered subs idiary to the various Items
bid. No separate payment will be al lowed for thi s Item.
8 1.3 REFERENCES
9 A. Reference Standards
IO 1. Reference standards cited in this Specification refer to the current reference
11 standard published at the time of the latest revision date logged at the end of this
12 Specification, unless a date is specificall y cited .
13 2. Health and Safety Code, Tit le 9. Safety, Subtitle A. Public Safety, Chapter 752.
14 High Voltage Overhead Lines.
15 1.4 ADMINISTRATIVE REQUIREMENTS
16 A. Coordination with the Texas Department of Transportation
17 1. When work in the right-of-way which is under the jurisdiction of the Texas
18 Department of Transportation (TxDOT):
19 a . Notify the Texas Department of Transportation prior to commencing any work
20 therein in accordance with the provisions of the permit
21 b. A ll work performed in the TxDOT right-of-way shal l be performed in
22 compliance with and subject to approval from the Texas Department of
23 Transportation
24 B. Work near High Voltage Line s
25 1. Regulatory Requirements
26 a. All Work near High Voltage Lines (more than 600 vo lts measured between
27 conductors or between a conductor and the ground) shall be in accordance with
28 Health and Safety Code, Title 9, Subtit le A , Chapter 752.
29 2. Warning sign
30 a. Provide sign of sufficient size meeting all OSHA requirements .
31 3. Equipme nt operating within IO feet of high voltage line s will require the following
32 safety features
33 a. Insulating cage-type of guard about the boom or arm
34 b. Insulator links on the lift hook connections for back hoes or dippers
35 c. Eq uipment must meet the safety requirements as set forth by OSHA and the
36 safety requirements of the owner of the hi gh voltage line s
37 4. Work within 6 feet of high voltage electric line s
38 a . Notification shall be given to:
39 1) The power company (example: ONCOR)
40 a) Maintain an accurate log of all such calls to power company and record
41 actio n taken in each case .
42 b. Coordination w ith power company
43 1) After notification coordinate with the power company to:
44 a) Erect temporary mechanical barriers , de-energize the lines , or raise or
45 lower the line s
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Re vise d Ma rch I I , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
city proj ec t No . UC -0 I 2023
0135 13 -7
SPEC IA L PROJEC T PROCE DURES
Page 7 of 12
c . No personnel may work within 6 feet of a high voltage line before the above
2 requirements have been met.
3 C . Confined Space Entry Program
4 1. Provide and follow approved Confined Space E ntry Program in accordance with
5 OSHA requirements .
6 2. Confined Spaces include:
7 a. Manholes
8 b. All other confined s paces in accordance with OSHA's Permit Required for
9 Confined Spaces
10 D . TCEQ Air Permit
11 1. Obtain TCEQ Air Permit for construction activities per requirements ofTCEQ.
12 E . Use of Explosives, Drop Weight, Etc.
13 1. When Contract Documents permit on the project the following will apply:
14 a. Public Notification
15 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
16 prior to commencing.
17 2) Minimum 24 hour public notification in accordance with Section 01 31 13
18 F. Water Department Coordination
19 1. During the construction of this project, it will be necessary to deactivate, for a
20 period of time , existing lines . The Contractor shall be required to coordinate with
21 the Water Department to determine the best times for deactivating and activating
22 those lines.
23 2 . Coordinate any event that will require connecting to or the operation of an existing
24 City water line system with the City 's representative.
25 a. Coordination shall be in accordance with Section 33 12 25.
26 b . If needed, obtain a hydrant water meter from the Water Department for use
27 during the life of named project.
28 c. In the event that a water valve on an existing live system be turned off and on
29 to accommodate the construction of the project is required, coordinate this
30 activity through the appropriate City representative.
31 1) Do not operate water line valves of existing water system.
32 a) Failure to comply will render the Contractor in violation of Texas Penal
33 Code Title 7 , Chapter 28 .03 (Criminal Mischief) and the Contractor will
34 be prosecuted to the full extent of the law.
35 b) In addition, the Contractor will assume all liabilities and
36 responsibilities as a result of these actions.
37 G. Public Notification Prior to Beginning Construction
38 1. Prior to beginning construction on any block in the project, on a block by block
39 basis , prepare and deliver a notice or flyer of the pending construction to the front
40 door of each residence or business that will be impacted by construction. The notice
41 shall be prepared as follows:
42 a . Post notice or flyer 7 days prior to beginning any construction activity on each
43 block in the project area.
44 1) Prepare flyer on the Contractor's letterhead and include the following
45 information:
46 a) Name of Project
C ITY OF FORT WORTH
ST AND ARD C ON STRUC TION SPECIFI CATIO N DO C UMENTS
Revi sed M arch I I , 2022
UTILITY CUT REPAIR
CO NTRACT I 2023
ci ty project No. UC -0 1 202 3
0 I 35 13 -8
SPECIAL PROJECT PROCEDURES
Page 8 of 12
1 b) City Project No (CPN)
2 c) Scope of Project (i.e. type of construction activity)
3 d) Actual construction duration within the block
4 e) Name of the contractor 's foreman and phone number
5 f) Name of the City's inspector and phone number
6 g) City's after-hours phone number
7 2) A sample of th e 'pre-construction notification' flyer is attached as Exhibit
8 A.
9 3) Submit schedule showing the construction start and finish time for each
1 0 block of the project to the in spector.
11 4) Deliver flyer to the City In s pector for review prior to di stribution.
12 b. No construction will be a llowed to begin on any block until the flyer is
13 delivered to all re sidents of the block.
14 H. Public Notification of Temporary Water Service Interruption during Construction
15 1. In the event it becomes necessary to temporarily shut down water service to
16 residents or bus inesses during construction, prepare and deliver a notice or flyer of
17 the p ending interruption to the front door of each affected resident.
18 2. Pre pare d notice as follows:
19 a. The notification or flyer s hall be posted 24 hours prior to the temporary
20 interruption .
21 b. Prepare flyer on the contractor's letterhead and include the following
22 information:
23 1) Name of the project
24 2) City Project Number
25 3) Date of the interrupti o n of service
26 4) Period the interruption will take place
27 5) Name of the contractor's foreman and phone number
28 6) Name of the City's ins pector and phone number
29 c. A sample of the te mporary water service interruption notification is attached as
30 Exhibit B.
31 d . Deliver a copy of the temporary interruption notification to the City inspector
32 for review prior to being distributed.
33 e. No interruption of water service can occur until the flyer has been delivered to
34 all affected residents and bus inesses .
35 f. E lectronic versions of the sample flyers can be obtained from the Project
36 Construction Inspector.
37 I. Coordination with United States Army Corps of Engineers (USACE)
38 1. At locations in the Project where construction activities occur in areas where
39 USACE permits are required, meet all requirements set forth in each designated
40 permit.
41 J . Coordination within Railroad Permit Areas
42 1. At loca tions in the project where construction activities occur in areas where
43 railroad pe rmits are required , m eet all requirements set forth in eac h des ignate d
44 railroad permit. This includes , but is not limited to, provis ions for:
45 a. Flagmen
46 b. Inspectors
47 c. Safety training
48 d . Additional in s urance
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi se d March 11 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
city proj ec t No. UC -0 I 2023
1 e. Insurance certificates
013513-9
SPEC IAL PROJECT PROCEDURES
Page 9 of 12
2 f. Other employees required to protect the right-of-way and property of the
3 Railroad Company from damage arising out of and/or from the construction of
4 the project. Proper utility clearance procedures shall be used in accordance with
5 the permit guidelines.
6 2. Obtain any supplemental information needed to comply with the railroad's
7 requirements.
8 3. Railroad Flagmen
9 a. Submit receipts to City for verification of working days that railroad flagmen
10 were present on Site.
11 K. Dust Control
12 1. Use acceptable measures to control dust at the Site.
13 a. If water is used to control dust, capture and properly dispose of waste water.
14 b . If wet saw cutting is performed, capture and properly dispose of slurry.
15 L. Employee Parking
16 1. Provide parking for employees at locations approved by the City.
17 1.5 SUBMITTALS [NOT USED]
18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
19 1.7 CLOSEOUT SUBMITTALS [NOT USED]
20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
21 1.9 QUALITY ASSURANCE [NOT USED]
22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
23 1.11 FIELD [SITE] CONDITIONS [NOT USED]
24 1.12 WARRANTY [NOT USED]
25 PART 2 -PRODUCTS [NOT USED]
26 PART 3 -EXECUTION [NOT USED]
27 END OF SECTION
28
29
30
31
32
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March I I , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
c ity project No. UC-0 I 2023
DATE NAME
8/31/20 12 D. Johnson
3/1 1/2022 MOwen
CITY OF FORT WORTH
Revision Log
01 35 13 -10
SPECIAL PROJECT PROCEDURES
Page 10 of 12
SUMMARY OF CHANGE
1.4 .B -Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A . Public Safety, Chapter 752. High Voltage Overhead Lines .
1.4.E -Added Contractor responsibility fo r obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. C lari fy need for Door Hangers under in addition to
contractor notification of public.
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
city project No . UC-01 2023
0 I 35 13 -11
SPEC IAL PRO JECT PROCEDURES
2
3
4
5
6 Date:
7
8 CPN No .:
9 Project Name :
10 Mapsco Location :
11 Limits of Construction :
12
13
14
15
16
Page 11 ofl2
EXHIBIT A
(To be printed on Contractor's Letterhead)
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
19 PROPERTY.
20
21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
22 OF THIS NOTICE.
23
24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
25 ISSUE, PLEASE CALL:
26
27
28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
29
30 OR
31
32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
33
34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
35
36
37
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
C ITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Revised Ma rch 11 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
city project No. UC-01 2023
2
3
4
0 I 35 I 3 -12
SPEC IAL PROJECT PROCEDURES
Da1e: ------
EXHIBITB
DOENO.XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENT S IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON __________ _
BETWEEN THE HOURS OF _________ AND ______ _
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
Page 12 of 12
MR. ______________ AT ____________ _
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ______________ AT ________ -=-=---
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL B E AS SHORT AS POSS IBLE.
THANK YOU,
-------------~CONTRACTOR
-----------·---------·----·
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revi sed March 11, 2022
UT ILITY CUT REPAIR
CONTRACT I 2023
c ity project No. UC-0 I 2023
0 I 45 23
TESTfNG AND fNSPECTION SERVICES
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
1. Testing and inspection services procedures and coordination
B. Deviation s from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include , but are not neces sar ily limited to:
Page I of2
1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 -General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a . Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed .
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed .
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City 's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised March 9, 2020
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
0 I 45 23
TESTING AND INSPECTION SERV ICES
Page 2 of2
2) Up lo ad te st reports to desi gn ate d proj ect directory and notify appropriate
City repre sentati ves v ia email of submittal po sting.
3) Hard Copies
a) 1 copy for a ll subm itt als s ubmitted to the Project Representative
b. Hard Copy Distribution (if required in li eu of e lectronjc distribution)
1) Tests performed by City
a) Di str ibute 1 hard copy to the Contractor
2) Tests perform ed by the Co ntractor
a) Distribute 3 hard copies to C ity 's Project Representative
4. Provide C ity's Project Repre se ntative with trip tickets for eac h deliv ered lo ad of
Concrete or Lime material including the following inform ation:
a . Name of pit
b . Date of delivery
c . Mater ia l delivere d
B. Inspection
1. In s pection or lack of in s pection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED)
1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 -PRODUCTS [NOT USED]
PART 3 -EXECUTION [NOT USED]
END OF SECTION
Revis ion Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed refe rence to Buzzsaw and no ted that e lectronic s ubmittals be upl oaded
through th e C ity 's documen t management syste m.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECff lCATJON DOCUMENTS
Revised March 9, 2020
UTILITY CUT REPAI R
CONTRACT I 2023
City Proj ect No. UC-0 I 2023
0 1 50 00 - I
TEMPORARY FAC ILITIES AND CONTROLS
Page I of 4
SECTION 01 50 00
2 T E MPORARY F ACILJTIES AND CONTROLS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes :
6 1. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
11 d . Dust control
12 e . Temporary fencing of the construction site
13 B . Deviations from this City of Fort Worth Standard Specification
14 1. None .
15 C. Related Specification Sections include , but are not necessarily limited to:
16 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract
17 2. Division 1 -General Requir ements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A . Measureme nt and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 1. Obtaining Temporary Service
26 a. Make arrangements with utility service companies for temporary services.
27 b . Abide by rules and regulations of utility service companies or authorities
28 having jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final
30 Acceptance.
31 1) Included are fuel , power, light, heat and other utility services necessary for
32 execution, completion, testing and initial operation of Work.
33 2. Water
34 a . Contractor to provide water required for and in connection with Work to be
35 performed and for specified tests of piping, equipment, devices or other use as
36 required for the completion of the Work.
37 b. Provide and maintain adequate supply of potable water for domestic
38 consumption by Contractor personnel and City 's Project Representatives.
39 c . Coordination
40 1) Contact City 1 week before water for construction is desired
C ITY OF FO RT WO RTH
ST ANDA.RD C ONS TR UC TIO N SPEC !F!CA TI ON DOCUM EN TS
Rev ised Jul y I , 20 11
UTILITY CUT REPAIR
CO NTRAC T I 202 3
C ity Project N o. UC-0 I 2023
0 1 50 00 - 2
TE MPORARY FAC ILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
2 1) Obtain construction water meter from City for payment as billed by City's
3 established rates.
4 3. E lectricity and Lighting
5 a . Provide and pay for electric powered service as required for Work, including
6 testing of Work.
7 1) Provide power for lighting, operation of equipment, or other use.
8 b. Electric power service includes temporary power service or generator to
9 maintain operations during scheduled shutdown .
10 4. Telephone
11 a. Provide emergency telephone service at Site for use by Contractor personnel
12 and others performing work or furnishing services at Site.
13 5. Temporary Heat and Ventilation
14 a. Provide temporary he?,t as necessary for protection or completion of Work.
15 b. Provide temporary heat and ventilation to assure safe working conditions .
16 B. Sanitary Facilities
17 1. Provide and maintain sanitary facilities for persons on Site .
18 a. Comply with regulations of State and local departments of health.
19 2 . E nforce use of sanitary facilities by construction personnel at job site.
20 a . Enclose and anchor sanitary facilities.
21 b. No discharge will be allowed from these facilities.
22 c . Collect and store sewage and waste so as not to cause nuisance or health
23 problem .
24 d. Haul sewage and waste off-site at no less than weekly intervals and properly
25 di s pose in accordance with applicable regulation.
26 3 . Locate facilities near Work Site and keep clean and maintained throughout Project.
27 4. Remove facilities at completion of Project
28 C . Storage Sheds and Buildings
29 1. Provide adequately ventilated , watertight, weatherproof storage facilities with floor
30 above ground level for materials and equipment susceptible to weather damage.
31 2. Storage of materials not susceptible to weather damage may be on blocks off
32 ground.
33 3. Store materials in a neat and orderly manner.
34 a . Place materials and equipment to permit easy access for identification,
35 inspection and inventory .
36 4. Equip building with lockable doors and lighting, and provide electrical service for
37 equipment space heaters and heating or ventilation as necessary to provide storage
38 environments acceptable to specified manufacturers.
39 5. Fill and grade site for temporary structures to provide drainage away from
40 temporary and existing buildings.
41 6 . Remove building from site prior to Final Acceptance .
42 D. Temporary Fencing
43 1. Provide and maintain for the duration or construction when required in contract
44 documents
45 E. Dust Control
C ITY OF FORT WO RTH
ST AND ARD CO N STR UCTIO N SP EC IFI CATION DOCUMENTS
Rev ised July I , 20 1 I
UTILITY CUT RE PAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
01 50 00 -3
TEMPORARY FAC ILI T IES AND CONTROLS
Page 3 of4
1. Co ntractor is responsible for ma int a in in g dust control through th e du ration of th e
2 project.
3 a. Contractor remains on-call at all times
4 b . Must re s pond in a timel y manner
5 F. Temporary Protection of Construction
6 I . Co ntractor or sub contractors are respons ibl e for protecting Work from dam age due
7 to weather.
8 1.5 SUBMITT ALS [NOT USED]
9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE [NOT USED]
13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
14 1.11 FIELD [SITE] CONDITIONS [NOT USED]
15 1.12 WARRANTY [NOT USED]
16 PART 2-PRODUCTS [NOT USED]
17 PART 3 -EXECUTION [NOT USED]
18 3.1 INSTALLERS [NOT USED]
19 3.2 EXAMINATION [NOT USED]
20 3.3 PREPARATION [NOT USED]
2 1 3.4 INSTALLATION
22 A. Temporary Faciliti es
23 1. Maintain all temporary facilities for duration of construction activities as needed.
24 3.5 [REPAIR]/ [RESTORATION]
25 3.6 RE-INSTALLATION
26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
27 3.8 SYSTEM STARTUP [NOT USED]
2 8 3.9 ADJUSTING [NOT USED]
29 3.10 CLEANING [NOT USED]
30 3.11 CLOSEOUT ACTIVITIES
31 A. Temporary Faci li ties
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFI CATION DOCUM EN TS
Revised Jul y I , 2011
UTILITY CUT REP AIR
CONTRACT I 2023
C ity Project No. UC-01 2023
0 1 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page4of4
1. Remove a ll temporary facilities and restore area after completion of the Work, to a
2 condition equal to or better than prior to start of Work.
3 3.12 PROTECTION [NOT USED]
4 3.13 MAINTENANCE [NOT USED]
5 3.14 ATTACHMENTS [NOT USED]
6 END OF SECTION
7
8
Rev is ion Log
D ATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Jul y I , 2011
SUMMARY OF CHANGE
UTILITY CUT REPAJR
CONTRACT I 2023
City Project No. UC-0 I 2023
0 I 55 26 -I
STREET USE PE RMIT AND MODIFI C ATIONS TO TRAFFIC CONTROL
Page I of3
SECTION 01 55 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 I. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. 1.2 PRICE AND PAYMENT PROCEDURES-
12 Given the nature of this contract Street Use Permits will be paid for at the pre-
13 bid price of $100.00 each and Traffic Control Plans will be paid for on an as
14 needed basis.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 I. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract
17 2. Division I -General Requirements
18 3. Section 34 71 13 -Traffic Control
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
2 1 I. Work associated with this Item is considered subsidiary to the various Items bid .
22 No separate payment will be allowed for this Item.
23 1.3 REFERENCES
24 A. Reference Standards
25 I. Reference standards cited in this specification refer to the current reference standard
26 published at the time of the latest revision date logged at the end of this
27 specification, unless a date is specifically cited.
28 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
29 1.4 ADMINISTRATIVE REQUIREMENTS
30 A. Traffic Control
31 1. General
32 a. Contractor shall minimize lane closure and impact to vehicular/pedestrian
33 traffic.
34 b. When traffic control plans are included in the Drawings, provide Traffic
35 Control in accordance with Drawings and Section 34 71 13.
36 c. When traffic control plans are not included in the Drawings, prepare traffic
37 control plans in accordance with Section 34 71 13 and submit to City for
38 review.
39 1) Allow minimum IO working days for review of proposed Traffic Control.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed March 22 , 2021
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -O J 2023
0 I 55 26 -2
STREET US E PERMIT AND MODIFI CATIONS TO TRAFFIC CONTROL
Page 2 of3
2) A traffic control "Typical " published by City of Fort Worth, the Texas
2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department
3 of Transportation (TxDOT) can be used as an alternative to preparing
4 project/site specific traffic control plan if the typical is applicable to the
5 specific project/site.
6 B. Street Use Permit
7 1. Prior to installation of Traffic Control , a City Street Use Permit is required .
8 a. To obtain Street Use Permit, submit Traffic Control Plans to City
9 Transportation and Public Works Department.
1 O 1) Allow a minimum of 5 working days for permit review.
11 2) Contractor's responsibility to coordinate review of Traffic Control plans for
12 Street Use Permit, such that construction is not delayed .
13 C. Modification to Approved Traffic Control
14 1. Prior to installation traffic control :
15 a. Submit revised traffic control plans to City Department Transportation and
16 Public Works Department.
17 1) Revise Traffic Control plans in accordance with Section 34 71 13.
18 2) Allow minimum 5 working days for review of revised Traffic Control.
19 3) It is the Contractor's responsibility to coordinate review of Traffic Control
20 plans for Street Use Perm it , such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29 2. Install temporary sign before the removal of permanent sign.
30 3 . When construction is complete, to the extent that the permanent sign can be
31 reinstalled, contact the City Transportation and Public Works Department, Signs
32 and Markings Division, to reinstall the permanent sign.
33 F. Traffic Control Standards
34 1. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITT ALS
36 A. Submit all required documentation to City's Project Representative .
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPEClFICATION DOCUMENTS
Revi sed March 22 , 2021
UTILITY CUT REPALR
CONTRACT I 2023
City Proj ec t No . UC-0 I 2023
0 15526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTRO L
Page 3 of3
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE [NOT USED]
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED)
7 1.12 WARRANTY [NOT USED]
8 PART 2 -PRODUCTS [NOT USED]
9 PART 3 -EXECUTION [NOT USED]
10 END OF SECTION
11
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4 A. Added language to emphasize min imi z in g of lane closures and impact to
12
traffic .
3/22/2021 M. Owen
1.4 A. I . C. Added lang uage to allow for u se of publi s hed traffic control "Typicals"
if applicable to specifi c project/ s ite
1.4 F. I) Removed refere nce to Buzzsaw
1.5 Added lang uage re: submittal of permit
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Re v ised Marc h 22 , 2021
UT ILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 1 2023
0 1 57 13 -I
STORM WATE R PO LLUTION PRE VENTION
Page I of 3
SECTION 01 57 13
2 STORM WATER POLLUTION PREVENTION
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
JO 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1 -General Requirements
13 3 . Section 31 25 00 -Erosion and Sediment Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A . Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of disturbance
17 a. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 a. Measurement and Payment shall be in accordance with Section 31 25 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent: NOI
24 2. Notice of Termination: NOT
25 3 . Storm Water Pollution Prevention Plan: SWPPP
26 4 . Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change: NOC
28 A . Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Integrated Storm Management (iSWM) Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH
STANDARD CON STRUC TIO N SPE CIFICATION DOC UMENTS
Revi sed July I , 20 I I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
B. Construction Activ iti es resulting in:
0157 13-2
STORM WATER POLLUTION PREVENTION
Page 2 of3
2 1. Less than I ac re of di sturb ance
3 a. Pro v ide erosion and sed im ent control in acco rdance with Section 31 25 00 and
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
Draw in gs.
2 . I to less than 5 acres of di sturb ance
a. Texas Pollutant Di sc harge E limin at ion System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance w ith TCEQ requirements
1) TCEQ Small Construction Site Notice Required und er general permit
TXR150000
a) Sign and post at job s ite
b) Prior to Preconstruction Meeting, send I copy to City Department of
T ran s portation and Public Works, Environmental Divi sion , (817) 392-
6088.
2) Provide erosion and sed iment control in accordance with:
a) Section 31 25 00
b) T he Drawings
c) TX R 150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Di sc harge E limination System (TPDES) General Construction
Permit is required
b . Complete SWPPP in acco rdance with TCEQ requirements
1) Prepare a TCEQ NOI form and s ubmit to TCEQ a long with req uired fee
a) S ign and po st at job site
b) Send copy to City Departm ent of Transportation and Public Works ,
E nvironmenta l Divi s ion , (817) 392-6088 .
2) TCEQ Notice of Change re quired if making changes or updates to NOI
3) Pro v id e erosion and se diment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirem ents
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be s ubmitted .
a) Send copy to City Department of Transportation and Public Works ,
E nvironment a l Divi s ion , (817) 392-6088.
40 1.5 SUBMITT ALS
41 A. SWPPP
42 1. Submit in accordance with Section O 1 33 00 , except as stated herein .
43 a. Prior to the Preconstructi on Meeting, s ubmit a draft copy of SWPPP to the City
44 as fol low s:
45 1) 1 copy to the City Project Manager
46 a) City Project Manager will forward to the City Department of
47 Transportation and Public Works, Environmental Divis ion for review
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC[F ICA TION DOCU MENTS
Revi se d Jul y 1, 20 11
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
01 57 13 -3
STORM WA TE R POLLUTION PREVENTION
Page 3 o f 3
B. Modified SWPPP
2 1. If the SWPPP is revised durin g construction , resubmit modifi ed SWPPP to the City
3 in accordance with Section 01 33 00.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT USED]
11 PART 2 -PRODUCTS [NOT USED]
12 PART 3 -EXECUTION [NOT USED]
13 END OF SECTION
14
15
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revi sed Jul y I , 201 1
SUMMARY OF CHANGE
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC -0 1 2023
0 I 58 13 -I
TEMPORARY PROJEC T SIGN AGE
Page I of3
SECTION 01 58 13
2 TEMPORARY PROJECT SIGNAGE
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Temporary Project Signage Require me nt s
7 B . Deviations from this City of Fort Worth Standard Specification
8 1. None .
9 C. Related Specification Sections include , but are not necessarily limited to:
10 1. Division O -Bidding R e quirements, Contract Forms and Conditions of th e Contract
11 2. Division 1 -General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurem e nt and Payment
14 1. Work associated with this It em is considered subsidiary to the various Item s bid .
15 No separate payment will be allowed for this Item .
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1. 7 CLOSEOUT SUBMITT ALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 -PRODUCTS
27 2.1 OWNER-FURNISHED (oR] OWNER~SUPPLIEDPRODUCTS [NOT USED]
28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
29 A. Design Criteria
30 1. Provide free standing Project Designation Sign in accordance with City's Standard
31 Detail s for project signs.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revi sed July 1, 2011
UTILITY CUT REPAIR
CONTRACT l 2023
C ity Proj ec t No. UC-0 I 2023
l B. Material s
2 1. Sign
0 I 58 13 -2
TEMPORARY PROJECT SIGNAGE
Page 2 of3
3 a. Constructed of¾-inch fir plywood , grade A-C (exterior) or better
4 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 -EXECUTION
7 3.1 INSTALLERS [NOT USED]
8 3.2 EXAMINATION [NOT USED]
9 3.3 PREPARATION [NOT USED]
10 3.4 INSTALLATION
11 A. General
12 1. Provide vertical in stallation at extents of project.
13 2 . Relocate sign as needed, upon reque st of the City.
14 B. Mounting options
15 a. Skids
16 b . Posts
17 c. Barricade
18 3.5 REPAIR/RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USED]
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE
27 A. General
28 1. Maintenance will include painting and repairs as needed or directe d by the City.
29 3.14 ATTACHMENTS [NOT USED]
30 END OF SECTION
31
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revi sed Jul y I , 2011
UTILITY CUT REPA1R
CONTRACT I 2023
City Project No. UC-0 I 2023
2
0158 13 -3
TEMPORARY PROJECT SIGN AGE
Page 3 of3
Revision Log
DATE NAME
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUME NTS
Re vised J uly I , 20 11
SUMMARY OF CH ANGE
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 1 2023
0 1 60 00
PROD UC T REQUIREM EN TS
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
SECTION 01 60 00
PRODUCT REQUIREMENTS
1. References for Product Requirements and City Standard Products List
B . Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
Page I of2
1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
2 . Division 1 -General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 -Construction Documents/Standard Products List
B . Only products specifically included on City 's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City 's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product Li st.
D. Although a specific product is included on City's Standard Product List , not all
products from that manufacturer are approved for use, including but not limited to , that
manufacturer's standard product.
E. See Section O 1 33 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED)
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
C ITY OF FORT WORTH
STANDARD CON STRUC TION SPECIFI CATI ON DOCUMENTS
Rev ise d March 9, 2020
UTILITY CUT REPAIR
CONTRACT I 2023
City Project N o. UC-0 I 2023
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 -PRODUCTS [NOT USED]
PART 3 -EXECUTION [NOT USED]
END OF SECTION
Revision Log
0 I 60 00
PRODUCT REQU IREMENTS
Pag e 2 of2
DATE AME SUMMARY OF CHANGE
10/12/12 D. Jo hn son Modified Location of C ity 's Stan dard Product Lis t
3/9/2020 D.V. Magana Removed refere nc e to Buzzsaw and noted th at the C ity approve d products li st is
ac cessi bl e through the C ity 's website.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed March 9 , 2020
UTILITY CUT REPAI R
CONTRACT l 2023
City Project No. UC-0 l 2023
0 1 6600 -1
PRO DUCT STORAGE AN D H AN DLING REQU lREM EN TS
Page I of 4
SECTION 01 66 00
2 PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Scheduling of product delivery
7 2. Packaging of products for delivery
8 3 . Protection of products against damage from:
9 a. Handling
10 b. Exposure to elements or harsh environments
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include, but are not necessarily limited to :
14 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division 1 -General Requirements
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A . Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES [NOT USED]
21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITTALS [NOT USED]
23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
24 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY AND HANDLING
28 A. Delivery Requirements
29 1. Schedule delivery of products or equipment as required to allow timely installation
30 and to avoid prolonged storage.
31 2. Provide appropriate personnel and equipment to receive deliveries.
32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site
33 for personnel or equipment to receive the delivery .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEClFICATION DOCUMENTS
Revi sed Jul y I , 20 11
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
0 I 66 00 - 2
PRODUCT STORAG E AND HANDLING REQU IREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
2 containers designed and constructed to protect the contents from phys ical or
3 environmental damage.
4 5. Clearly and fully mark and identify as to manufacturer, item and installation
5 location.
6 6. Provide manufacturer's instructions for storage and handling.
7 B. Handling Requirements
8 1. Handle products or equipment in accordance with these Contract Documents and
9 manufacturer's recommendations and instructions.
10 C. Storage Requirements
I 1 1. Store materials in accordance with manufacturer's recommendations and
12 requirements of these Specifications.
13 2. Make necessary provisions for safe storage of materials and equipment.
14 a . Place loose soi l material s and materials to be incorporated into Work to prevent
15 damage to any part of Work or existing facilities and to maintain free access at
16 all times to all parts of Work and to utility service company in stallat ions in
17 vicinity of Work.
18 3 . Keep materials and equipment neatly and compactly stored in locations that will
19 cause minimum inconvenience to other contractors, public travel , adjoining owners,
20 tenants and occupants .
21 a. Arrange storage to provide easy access for inspection.
22 4. Restrict storage to areas available on construction site for storage of material and
23 equipment as shown on Drawings, or approved by City's Project Representative.
24 5. Provide off-site storage and protection when on-site storage is not adequate.
25 a. Provide addresses of and access to off-site storage locations for inspection by
26 City's Project Representative.
27 6. Do not use lawns, grass plots or other private property for storage purposes without
28 written permission of owner or other person in possession or control of premises.
29 7. Store in manufacturers' unopened containers.
30 8. Neatly, safely and compactly stack materials delivered and stored along line of
31 Work to avoid inconvenience and damage to property owners and general public
32 and maintain at least 3 feet from fire hydrant.
33 9. Keep public and private driveways and street crossings open .
34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
35 satisfaction of City's Project Representative.
36 a. Total length which materials may be distributed along route of construction at
37 one time is 1,000 linear feet, unless otherwise approved in writing by City's
38 Project Representative.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECrF ICA TION DOCUMENTS
Revi sed July I , 20 I I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
016600 -3
PR ODUCT STORAGE AN D HAN D LING REQU IREMENTS
Page 3 of4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 -PRODUCTS [NOT USED]
4 PART 3-EXECUTION
5
6
7
8
9
11
3.1
3.2
3.3
3.4
3.5
3 .6
3.7
INST ALLERS [NOT USED]
EXAMINATION [NOT USED]
PREPARATION [NOT US ED]
ERECTION [NOT USED]
REPAIR/ RESTORATION [NOT USED]
RE-INSTALLATION [NOT USED]
FIELD [oR] SITE QUALITY CONTROL
12 A. Tests a nd In s pection s
13 1. In s pe ct a ll products or e quipment de livere d t o the s it e prior to unlo a din g .
14 B . Non-C on fo rming Work
15 1. R ej ect all product s or equipme nt tha t a re da m age d, used or in a ny othe r way
16 un sati sfactory for use o n the p roj e ct.
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
2 0 3.11 CLOSEOUT ACTIVITIES [NOT USED]
2 1 3.12 PROTECTION
22 A . Protect a ll product s or e quipme nt in a ccorda nce with manufac ture r's w ritten directions.
23 B. Store product s or e quipme nt in location to avo id phys ical d a mage to it e ms whil e in
24 st o rage.
25 C. Protect equipment fr om expos ure to e le me nt s a nd keep thoroughl y dry if re quired b y
26 th e ma nufacturer.
27 3.13 MAINTENANCE [NOT USED]
2 8 3 .14 ATTACHMENTS [NOT USED]
29 END OF SECTION
3 0
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised J uly I , 20 11
UTILI TY CUT RE PAI R
CONTRACT I 2023
C ity Project No. UC-0 I 2023
01 66 00 -4
PRODUCT STORAGE AND HANDLING REQULREMENTS
Page 4 of4
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEClFICATION DOCUMENTS
Revi sed Jul y 1, 201 1
SUMMARY OF CHANGE
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC -01 2023
0 1 7000 -1
MOBILIZAT IO N AN D REMOBlLIZ AT[ON
Page I of3
SECTION 01 70 00
2 MOBILIZATION AND REMOBILIZATION
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includes:
6 1. Mobilization and Demobilization
7 a. Mobilization
8 1) Transportation of Contractor's personnel, equipment, and operating supplies
9 to the Site
10 2) Establishment of necessary general facilities for the Contractor's operation
11 at the Site
12 3) Premiums paid for performance and payment bonds
13 4) Transportation of Contractor's personnel, equipment, and operating supplies
14 to another location within the designated Site
15 5) Relocation of necessary general facilities for the Contractor's operation
16 from 1 location to another location on the Site.
17 b. Demobilization
18 1) Trans portation of Contractor's personnel, equipment, and operating supplies
19 away from the Site including disassembly
20 2) Site Clean-up
21 3) Removal of all buildings and /or other facilities assembled at the Site for this
22 Contract
23 c. Mobilization and Demobilization do not include activities for specific items of
24 work that are for which payment is provided elsewhere in the contract.
25 2. Remobilization
26 a. Remobilization for Suspension of Work specifically required in the Contract
27 Documents or as required by City includes:
28 1) Demobilization
29 a) Transportation of Contractor's personnel, equipment, and operating
30 supplies from the Site including disassembly or temporarily securing
31 equipment, supplies, and other facilities as designated by the Contract
32 Documents necessary to suspend the Work.
33 b) Site Clean-up as designated in the Contract Documents
34 2) Remobilization
35 a) Transportation of Contractor's personnel, equipment, and operating
36 s upplies to the Site necessary to resume the Work.
37 b) Establishment of necessary general facilities for the Contractor's
38 operation at the Site necessary to resume the Work.
39 3) No Payments will be made for:
40 a) Mobilization and Demobilization from one location to another on the
41 Site in the normal progress of performing the Work.
42 b) Stand-by or idle time
43 c) Lost profits
44 3. Mobilizations and Demobilization for Miscellaneous Projects
45 a. Mobilization and Demobilization
CITY OF FORT WORTH
STAN DARD CO NSTR UC TIO N SP EC IFI CATIO N DOCUMEN TS
Revi sed November 22, 20 16
UTILITY CUT REPA1R
CONTRACT I 202 3
C ity Project No . UC -01 2023
0 17000 -2
MOBILIZATION AND REMOB IUZA TION
Page 2 of3
1) Mobilization shall consist of the activities and cost on a Work Order basis
2 necessary for:
3 a) Transportation of Contractor's personnel , equipment, and operating
4 supplies to th e Site for the is s ued Work Order .
5 b) Establishment of neces sary general facilities for the Contractor's
6 operation at the Site for the issued Work Order
7 2) Demobilization shall consist of the activities and cost necessary for:
8 a) Transportation of Contractor 's personnel , equipment, and operating
9 supplies from the Site including disassembly for each issued Work
10 Order
11 b) Site Clean-up for each iss ued Work Order
12 c) Removal of all build ings or other facilities asse mbled at the Site for
13 each Work Od er
14 b. Mobilization and Demobilization do not include activities for specific items of
15 work for which payment is provided elsewhere in the contract.
16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
17 a. A Mobilization for Miscellaneous Projects when directed by the City and the
18 mobilization occurs within 24 hours of the issuance of the Work Order.
19 B . Deviations from this City of Fort Worth Standard Specification
20 1. Although this contract is considered a miscellaneous type contract, all
2 1 mobilizations and demobilizations will be considered subsidiary to the work to
22 be performed.
23 C. R e lated Specification Sections include, but are not necessarily limited to:
24 1. Divi sion O -Bidding Requirements, Contract Forms and Conditions of the Contract
25 2. Division I -General Requirements
26 1.2 PRICE AND PAYMENT PROCEDURES
27 A. Measurement and Payment
28 1. Mobilization and Demobilization
29 a. Meas ure
30 1) This Item is considered subsidiary to the various Items bid.
31 b . Pay ment
32 I) The work performed and materials furnished in accordance with this Item
33 are sub sidiary to the various Items bid and no other compensation will be
34 allowed.
35 1.3 REFERENCES [NOT USED]
36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
37 1.5 SUBMITTALS [NOT USED]
38 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
39 1. 7 CLOSEOUT SUBMITT ALS [NOT USED]
40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
41 1.9 QUALITY ASSURANCE [NOT USED]
C IT Y OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revi sed Nove mber 22, 20 16
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
0 17000-3
MOBlLlZATION AND REMOBILIZATION
Page 3 of3
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SIT E] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 -PRODUCTS [NOT USED]
5 PART 3 -EXECUTION [NOT USED]
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
11 /22 /16 Michael Owen 1.2 Price and Payment Proce dures -Revised spec ification , includin g blue text, to
8
make specification fle x ibl e for e ith er su bsidiary or paid bid item for Mobilization .
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIF ICATION DOCUMENTS
Revised November 22 , 2016
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
01 71 23 -I
C ON STRU CTION STAKING AND SURVE Y
Page I of8
SECTION 01 71 23
2 CONSTRUCTION STAKING AND SURVEY
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 -General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Construction Staking
15 a. Measurement
16 I) Measurement for this Item shall be by lump sum .
17 b. Payment
18 1) The work performed and the materials furnished in accordance with this
19 Item shall be paid for at the lump sum price bid for "Construction Staking".
20 2) Payment for "Construction Staking" shall be made in partial payments
21 prorated by work completed compared to total work included in the lump
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement ofrequired stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
I) This Item is considered subsidiary to the various Items bid.
b . Payment
I) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3 . As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As-Built Survey".
CITY OF FORT WORTH
STANDARD C ONSTRUCTION SPECIFIC ATIO N DOC UME NTS
Revised February 14, 2018
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-01 2023
017 1 23 -2
CONSTRUCTION STAKING AND SURVEY
Pa ge 2 of8
2
3
4
5
6
7
8
9
2) Payment for "Construction Staking" shall be made in part ial payments
prorated by work completed compared to total work included in the lump s um
item .
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities .
2) Documentation and submittal of as-built survey data onto contractor redline
plans and di g ital survey files .
10 1.3 REFERENCES
11 A. Definitions
12 1. Construction Survey -The survey measurements made prior to or while
13 construction is in progress to control elevation, horizontal position , dimensions and
14 configuration of structures/improvements included in the Project Drawings .
15 2. As-built Survey -The measurements made after the construction of the
16 improvement features are complete to provide position coordinates for the features
17 of a project.
18 3. Construction Staking-The placement of stakes and markings to provide offsets
19 and elevations to cut and fill in order to locate on the ground the designed
20 structures/improvements included in the Project Drawings. Construction staking
21 shall include staking easements and/or right of way if indicated on the plans.
22 4. Survey "F ield Checks" -Measure ments made after construction staking is
23 completed and before construction work begins to ensure that structures marked on
24 the ground are accurately located per Project Drawings .
25 B. Technical References
26 1. City of Fort Worth -Construction Staking Standards (available on City's Buzzsaw
27 website)-01 71 23.16.01_ Attachment A _Survey Staking Standards
28 2. City of Fort Worth -Standard Survey Data Collector Library (fxl) files (available
29 on City 's Buzzsaw website).
30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
3 1 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
32 Surveying in the State of Texas, Category 5
33
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. The Contractor's selection of a surveyor must comply with Texas Government
36 Code 2254 (qualifications based selection) for this project.
37 1.5 SUBMITTALS
38 A . Submittals, if required , shall be in accordance with Section O 1 33 00 .
39 B . All submittals shall be received and reviewed by the City prior to delivery of work.
40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
41 A. Field Quality Control Submittals
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Revised February 14, 2018
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
01 71 23 -3
CONSTRUCTION STAKING AN D SURVEY
Page 3 of8
2
3
4
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut-Sheets " conforming to the standard template provided by the City
(refer to 01 71 23.16.01 -Attachment A-Survey Staking Standards).
5 1. 7 CLOSEOUT SUBMITT ALS
6 B . As-built Redline Drawing Submittal
7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
8 constructed improvements signed and sealed by Registered Professional Land
9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 -Attachment A
10 -Survey Staking Standards) .
11 2. Contractor shall s ubmit the proposed as-built and completed redline drawing
12 submittal one(]) week prior to scheduling the project final inspection for City
13 review and comment. Revisions, if necessary, shall be made to the as-built redline
14 drawings and resubmitted to the City prior to scheduling the construction final
15 inspection .
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE
18 A. Construction Staking
19 1. Construction staking will be performed by the Contractor.
20 2. Coordination
21 a. Contact City's Project Representative at least one week in advance notifying
22 the City of when Construction Staking is scheduled.
23 b . It is the Contractor's responsibility to coordinate staking such that
24 construction activities are not delayed or negatively impacted .
25 3. General
26 a . Contractor is responsible for preserving and maintaining stakes. If City
27 surveyors are required to re-stake for any reason, the Contractor will be
28 responsible for costs to perform staking. If in the opinion of the City, a
29 sufficient number of stakes or markings have been lost, destroyed disturbed or
30 omitted that the contracted Work cannot take place then the Contractor will be
31 required to stake or re-stake the deficient areas.
32 B. Construction Survey
33 1. Construction Survey will be performed by the Contractor.
34 2. Coordination
35 a . Contractor to verify that horizontal and vertical control data established in the
36 design survey and required for construction survey is available and in place.
37 3. General
3 8 a. Construction survey will be performed in order to construct the work shown
39 on the Construction Drawings and specified in the Contract Documents.
40 b. For construction methods other than open cut, the Contractor shall perform
41 construction survey and verify control data including, but not limited to, the
42 following:
43 1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 1 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
C.
017123-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of8
2) Use of Benchmarks to furnish and maintain a ll reference lin es and grades
for tunneling.
3) Use ofline and grades to establis h the location of the pipe.
4) Submit to the City cop ie s of field notesused to establish all lines and
grades, ifrequested, and a ll ow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the Ci ty, if requested, to verify the g uidance system and
the line and grade of the carr ier pipe.
6) The Contractor remain s fully responsible for the accuracy of the work and
correction of it , as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with res pect to design line and grade once at each pipe
joint and s ubmit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Section s 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents .
As-Built Survey
1. Required As-Built Survey wi ll be performed by the Contractor.
2 . Coordination
a. Contractor is to coord in ate with City to confirm which features require as-
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activ iti es are not delayed or negatively impacted.
c. For sewer mains and water mains 12 " and under in diameter, it is acceptable
to phys icall y measure depth a nd mark the lo cation during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
loc at ion (and provid e written documentation to the City) of construction
features during the progress of the construction including the followin g :
1) WaterLines
a) Top of pipe elevations and coordinates for waterlines at the following
locat ion s:
(1) Minimum every 250 lin ear feet, including
(2) Horizontal and vertical points of inflection, curvature ,
etc.
(3) Fire line tee
( 4) Plugs , stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force ma ins and s iphon
sanitary sewer lines (non-gravity faci liti es) at the following lo cations:
(1) Minimum every 250 linear feet and any buried fittin gs
(2) Horizontal and vertical points of inflection, curvature,
etc .
3) Stormwater -Not Applicable
CITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14 , 2018
01 71 23 -5
CONSTRUCTION STAKING AND SURV EY
Page 5 of8
b. The Contractor shall provide as-built survey including the elevation and
2 loc at ion (and provide written documentation to the City) of construction
3 features after the construction is completed including the following:
4 1) Manholes
5 a) Rim and flowline elevations and coordinates for each manhole
6 2) Water Lines
7 a) Cathodic protection test stations
8 b) Sampling stations
9 c) Meter bo xes/vaults (All sizes)
1 0 d) Fire hydrants
11 e) Valves (gate, butterfly, etc.)
12 f) Air Release valves (Manhole rim and vent pipe)
13 g) Blow off valves (Manhole rim and valve lid)
14 h) Pres sure plane valves
15 i) Underground Vaults
16 (]) Rim and flow I ine elevations and coordinates for each
17 Underground Vault.
18 3) Sanitary Sewer
19 a) Cleanouts
20 (1) Rim and flowlin e elevations and coordinates for each
21 b) Manholes and Junction Structures
22 (1) Rim and flowline elevations and coordinates for each
23 manhole and junction structure.
24 4) Stormwater -Not Applicable
25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
26 1.11 FIELD [SITE] CONDITIONS [NOT USED)
27 1.12 WARRANTY
28 PART 2 -PRODUCTS
29 A. A construction survey will produce , but will not be limited to :
30 1. Recovery of relevant control points , points of curvature and points of intersec tion .
31 2. Establish temporary horizontal and vertical control elevations (benchmarks)
32 sufficiently permanent and located in a manner to be used throughout construction.
33 3. The location of planned facilities, easements and improvements.
34 a. Establishjng final line and grade stakes for piers, floors , grade beams, parkjng
35 areas, utilities , streets, highways , tunnels, and other construction.
36 b . A record of revisions or corrections noted in an orderly manner for reference.
37 c. A drawing, when required by the client, indicating the horizontal and vertical
38 location of facilities, easements and improvements , as built.
39 4. Cut sheets shall be provided to the City in spector and Survey Superintendent for all
40 construction staking projects. These cut sheets shall be on the standard city template
41 which can be obtained from the Survey Superintendent (817-392-7925).
42 5. Digital survey files in the following formats shall be acceptable:
43 a. AutoCAD (.dwg)
44 b. ESRl Shapefile (.shp)
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14 , 2018
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-01 2023
0 171 23-6
CONSTRUCTION STAKING AND SURVE Y
Page 6 of8
2
3
4
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6 . Survey files shall include vertical and horizontal data tied to original project
control and benchmarks , and shall include feature description s
5 PART 3 -EXECUTION
6 3.1 INST ALLERS
7 A. Tolerances:
8 1. The staked location of any improvement or facility should be as accurate as
9 practica l and necessary . The degree of precision required is dependent on many
10 factors all of which must remain judgmental. The tolerances listed hereafter are
11 base d on generalities and, under certain circumstances, shall yield to specific
12 requirements. The surveyor shall assess any situation by review of the overall plan s
13 and through consultation with responsible parties as to the need for specific
14 tol erances.
15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0 .1 ft. vertical
16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed
17 1.0 ft. tolerance.
18 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance.
19 c . Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
20 walkways shall be located within the confines of the site boundaries and ,
2 1 occasionally, along a boundary or any other restrictive line. Away from any
22 restrictive line , these facilities should be staked with an accuracy producing no
23 more than 0 .05ft . tolerance from their specified locations .
24 d . Underground and overhead utilities , s uch as sewers, gas, water, telephone and
25 electric lines , shall be located horizontally within their prescribed areas or
26 easements. Within assigned areas , these utilities should be staked with an
27 accuracy producing no more than 0.1 ft tolerance from a specified location .
28 e. The accuracy required for the vertical location of utilities varies widely. Many
29 underground utilities require onl y a minimum cover and a tolerance ofO. l ft.
30 should be maintained . Underground and overhead utilities on planned profile,
31 but not depending on gravity flow for performance , should not exceed 0 .1 ft .
32 tolerance.
33 B . Surveying instruments shall be kept in close adjustment according to manufacturer 's
34 specifications or in compliance to standards. The City reserves the right to request a
35 calibration report at any time and recommends regular maintenance schedule be
36 performed by a certified technician every 6 months.
37 1. Field measurements of angles and distances shall be done in such fashion as to
38 satisfy the closures and tolerances expressed in Part 3.1.A.
39 2. Vertical locations shall be established from a pre-established benchmark and
40 checked by clos in g to a different bench mark on the same datum.
41 3 . Construction survey field work shall correspond to the client's plans . Irregularities
42 or conflicts found shall be reported promptly to the City.
43 4 . Revisions, corrections and other pertinent data shall be logge d for future reference .
44
CITY OF FORT WORTH
STANDARD CONSTRUCTION S PECIF ICATION DOCUMENTS
Revised February 14, 2018
UTILITY CUT REPAJR
CONTRACT 1 2023
C ity Project No. UC-0 1 2023
3.2 EXAMINATION [NOT USED]
2 3.3 PREPARATION [NOT USED]
3 3.4 APPLICATION
4 3.5 REPAIR/RESTORATION
01 71 23 -7
CONSTRU CTION STAKING AND SURVEY
Page 7 of 8
5 A. If the Contractor's work damages or destroys one or more of the control
6 monuments/points set by the City, the monuments shall be adequately referenced for
7 expedient restoration.
8 1. Notify City if any control data needs to be restored or replaced due to damage
9 caused during construction operations.
10 a. Contractor shall perform replacements and/or restorations.
11 b. The City may require at any time a survey "Field Check" of any monument
12 or benchmarks that are set be verified by the City surveyors before further
13 associated work can move forward.
14 3.6 RE-INSTALLATION [NOT USED]
15 3.7 FIELD [oR] SITE QUALITY CONTROL
16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
17 City in accordance with this Specification. This includes easements and right of way, if
18 noted on the plans.
19 B. Do not change or relocate stakes or control data without approval from the City.
20 3.8 SYSTEM STARTUP
21 A. Survey Checks
22 1. The City reserves the right to perform a Survey Check at any time deemed
23 necessary.
24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to
25 relieve the contractor of his/her responsibility for accuracy.
26
27 3.9 ADJUSTING [NOT USED]
28 3.10 CLEANING [NOT USED]
29 3.11 CLOSEOUT ACTIVITIES [NOT USED]
30 3.12 PROTECTION [NOT USED]
31 3.13 MAINTENANCE [NOT USED]
32 3.14 ATTACHMENTS [NOT USED]
33 END OF SECTION
34
Revision Log
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPE CIFICATION DOCUMENTS
Revised February 14, 2018
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No . UC-01 2023
DATE AME
8/31 /2012 D. Johnson
8/31 /2017 M . Owen
2/14/20 18 MOwen
CITY OF FORT WORTH
0 I 71 23 - 8
CONSTRUCTION STAKING AND SURVE Y
Pa ge 8 of8
SUMMARY OF CHANGE
Added instruction and modified measurement & payment under 1.2 ; added
definitions and references under 1.3 ; modified 1.6; added 1.7 c loseout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 -PRODUCTS ;
Added 3 .1 Installers ; added 3.5 Repair/Restoration; and added 3 .8 System Startup .
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements ; added acceptab le depth
measurement criteria; revised list of items requiring as-built survey "during" and
"after" construction; and revised acceptab le digital survey file format
ST AND ARD CONSTRUCTION SPE CIFICATION DOCUMENTS
Rev ise d Fe bruary 14, 2018
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-01 2023
1 SECTION 017423
2 CLEANING
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
0 1 74 23 - I
CLEANfNG
Page I of 4
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 8 . Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract
12 2 . Divi s ion 1 -General Require ments
13 3. Section 32 92 13 -Hydro-Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 I. Work associated with this Item is considered s ub s idiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Scheduling
21 1. Schedule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.5 SUBMITT ALS [NOT USED]
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1. 7 CLOSEOUT SUBMITT ALS [NOT USED]
2 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 STORAGE, AND HANDLING
3 1 A. Storage and Handling Requirements
32 1. Store cleaning products and cleaning wastes in containers specifically designed for
33 those materials.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS
Revised Jul y I , 20 11
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART2-PRODUCTS
0 1 74 23 -2
CLEANING
Page 2 of 4
4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a . Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3 -EXECUTION
14
15
16
17
18
19
3.1
3.2
3.3
3.4
3.5
3.6
INST ALLERS [NOT USED]
EXAMINATION [NOT USED]
PREPARATION [NOT USED]
APPLICATION [NOT USED]
REPAIR/ RESTORATION [NOT USED]
RE-INSTALLATION [NOT USED]
20 3. 7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27 governing authorities.
28 3 . Do not dispose of volatile wastes such as mineral spirits , oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site .
31 5. Dispose of nondegradable debris at an approved so lid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH
STANDARD CO N STRUC TI ON SPEC IFI CATION DOCUMENTS
Re v ised Jul y I, 20 I I
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-01 2023
01 74 23 -3
CLEANING
Page 3 of4
6. Handle materials in a controlled manner with as few handlings as possible.
2 7 . Thoroughly clean, sweep, wash and polish all Work and equipment associated with
3 this project.
4 8. Remove all signs of temporary construction and activities incidental to construction
5 of required permanent Work.
6 9. If project is not cleaned to the satisfaction of the City , the City reserves the right to
7 have the clean ing completed at the expense of the Contractor.
8 10. Do not burn on-site.
9 B . Intermediate C leanin g during Construction
10 1. Keep Work areas clean so as not to hind er health, safety or convenience of
11 personnel in existing facility operations.
12 2 . At maximum weekly intervals, dispose of waste materials, debris and rubbish.
13 3. Confine construction debris daily in strategically loc ated container(s):
14 a. Cover to prevent blowing by w ind
15 b . Store debris away from construction or operational activities
16 c. Haul from site at a minimum of once per week
17 4. Vacuum clean interior areas when ready to receive finish painting.
18 a . Conti nu e vacuum cleani ng on an as-needed basis, unti l F in al Acceptance.
19 5. Prior to storm events , thoroughly c lean site of all loose or unsecured items, which
20 may become airborne or transported by flowing water during the storm.
21 C. Interior Final Cleaning
22 1. Remove grease, mastic, adhesives, dust, dirt , stains , fingerprints , labels and other
23 foreign materials from sight-exposed surfaces.
24 2. Wipe all li ghting fixture reflectors, lenses, lamps and trims clean.
25 3 . Wash and shine g lazing and mirrors.
26 4. Polish glossy surfaces to a clear shine.
27 5. Ventilating systems
28 a. Clean permanent filters and replace disposable filters if units were operated
29 during construction.
30 b. Clean ducts, blowers and coils if units were operated without filters during
31 construction.
32 6. Replace a ll burned out lamp s.
33 7. Broom clean process area floors.
34 8. Mop office and control room floors.
35 D. Exterior (Site or Right of Way) F in al C leaning
36 1. Remove trash and debris contai ners from site.
37 a. Re-seed areas disturbed by location of trash and debris contai n ers in accordance
38 with Section 32 92 13.
39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
40 that may hinder or disrupt the flow of traffic along the roadway.
41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
42 junction boxes and inlets.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS
Revi sed Jul y I , 20 I I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
0 I 74 23 -4
CLEANrNG
Page 4 of4
4. lfno lon ge r required for ma in ten a nce of erosion fac iliti es, and up o n appro va l by
2 C it y, remo ve ero s ion control from s it e.
3 5. C lean s igns, li gh t s, s ignal s, etc.
4 3.11 CLO SEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION
9
R ev is ion Log
D ATE AME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rev ised Jul y 1, 20 11
SUMMARY OF CHANGE
UTILITY CUT RE PAIR
CONTRACT I 2023
City Project No . UC -0 1 2023
SECTION 01 77 19
2 CLOSEOUT REQUIREMENTS
3 PART 1-GENERAL
4 1.1 SUMMARY
5 A Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
01 77 19 - I
C LO SEOUT R EQUIREMENT S
Page I of3
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract
11 2. Division I -General Requirements
12 1.2 PRICE AND PAYMENf PROCEDURES
13 A Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item .
16 1.3 REFERENCES [NOT USED]
17 1.4 ADl\fiNISTRATIVE REQUIREMENTS
18 A Guarantees, Bonds and Affidavits
19 I. No application for final payment will be accepted until all guarantees , bonds ,
20 certificates , licenses and affidavits required for Work or equipment as specified are
2 1 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been s ubmitted to the City.
25 1.5 SUBl\fiTTALS
26 A Submit all required documentation to City 's Project Representative .
27
28 1.6 INFORMATIONAL SUBl\fiTTALS [NOT USED]
29
30 1. 7 CLOSEOUT SUBl\fiTTALS [NOT USED]
31 PART2 -PRODUCTS [NOT USED]
32
CITY OF FORT W O RTH
STANDARD CONSTR UCT ION SPEC IFI CAT ION DOCUMENTS
R evi sed March 22 , 202 1
UTILITY CUT REP AIR
CONTRACT I 2023
C ity Project No . UC-0 I 202 3
1 PART 3 -EXECUTION
2 3.1 INSTALLERS [NOTUSED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 CLOSEOUT PROCEDURE
6 A Prior to requesting Final Inspection, submit:
0 1771 9 -2
C LOS EOUT REQurREM ENTS
Page 2 of 3
7 1. Project Record Documents in accordance with Section 01 78 39
8 2. Operation and Maintenance Data, if required, in accordance with Section 017823
9 B. Prior to requesting Final Inspection, perform fmal cleaning in accordance with Section
10 01 74 23 .
11 C. Final Inspection
12 1. After fmal cleaning, provide notice to the City Project Representative that the Work
13 is completed.
14 a. The City will make an initial Final Inspection with the Contractor present
15 b. Upon completion of this inspection , the City will notify the Contractor, in
16 writing within 10 business days, of any particulars in which this inspection
17 reveals that the Work is defective or incomplete.
18 2. Upon receiving written notice from the City, immediately undertake the Work
19 required to remedy deficiencies and complete the Work to the satisfaction of the
20 City .
21 3. The Right-of-way shall be cleared of all construction materials , barricades , and
22 temporary signage .
23 4 . Upon completion of Work associated with the items listed in the City's written
24 notice, inform the City that the required Work has been completed. Upon receipt of
25 this notice, the City, in the presence of the Contractor, will make a subsequent Final
26 Inspection of the project.
27 5. Provide all special accessories required to place each item of equipment in full
28 operation . These special accessory items include, but are not limited to:
29 a . Specified spare parts
30 b. Adequate oil and grease as required for the first lubrication of the equipment
31 c . Initial fill up of all chemical tanks and fuel tanks
32 d. Light bulbs
33 e . Fuses
34 f. Vault keys
35 g. Handwheels
36 h. Other expendable items as required for initial start-up and operation of all
37 equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative finds the Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH
STANDARD CONSTRUCT IO N SPEC IFI C ATION DOC UMEN TS
Rev ised March 22 , 2021
UTILI TY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
0 1771 9 -3
C LOSEOUT REQUIR EMENTS
Page 3 of 3
1. Coordin ate w ith the City Project Representative to comp lete the following
2 add it ion al forms:
3 a. F in a l Pay m ent Request
4 b. Statement of Contract Time
5 c. Affidavit of Payment and Release of L ien s
6 d. Consent of Surety to Final Payment
7 e. Pipe Report (if required)
8 f. Contractor's Evalu at io n of C ity
9 g. Perfor manc e Evalu ation of Contractor
10 F. Letter of F in al Acceptance
11 1. Upon review and acceptan ce of Notice of Project Com pl eti on and Supporting
12 Documentation, in accordance with General Con di tions, Cit y will issue Letter of
13 Final Acceptance and release the Final Payment Req uest for payment.
14 3.5 REPAIR/RESTORATION [NOT USED]
15 3.6 RE-INSTALLATION [NOTUSED]
16 3.7 FIELD (oR] SITE QUALI1Y CONIROL [NOT USED]
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOTUSED]
20 3.11 CLOSEOUT ACTIVITIF.S [NOT USED]
2 1 3.12 PROTECTION [NOT USED]
22 3.13 MAINTENANCE [NOT USED]
23 3.14 ATTACHMENTS [NOT USED]
24 END OF SECTION
25
Revisio n Log
DATE NAME SUMMARY OF CHANGE
3 /22 /2 021 MO~n 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW "
26
CITY OF FORT WORTH
STANDARD CONSTR UCTION SPECIFICATION DOCUM ENTS
Revi sed March 22 , 202 1
UTILITY CUT REP AJR
CONTRACT I 2023
City Project No . UC-0 I 2023
01 78 23 -I
OPERATION AND MAINTENANCE DAT A
Page 1 of5
1 SECTION 01 78 23
2 OPERATION AND MAINTENANCE DAT A
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 I. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include , but are not limited to:
9 a. Traffic Controllers
1 O b. Irrigation Controllers (to be operated by the City)
11 c. ButterflyValves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Rel ated Specification Sections include, but are not necessarily limited to:
15 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division I -General Require ments
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
2 1 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Schedule
24 1. Submit manua ls in final form to the City within 30 calendar d ays of product
25 shipment to the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Prepare data in form of an instructional manual for use by City personnel.
32 2. Format
33 a. Size : 8 ½ inches x 11 inches
34 b. Paper
35 1) 40 pound minimum, white , for typed pages
36 2) Holes reinforced with plastic, cloth or metal
37 c. Text: Manufacturer's printed data, or neatly typewritten
C ITY OF FORT WORTH
STANDARD CONSTRUCTI ON SPECIF ICATIO N DOCUMENTS
Revised December 20, 20 12
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-0 1 2023
0 1 78 23 -2
OPE RATION AND M AINTENANCE DAT A
Page 2 o f 5
d. Drawings
1) Provide reinforced punched binder tab , bind in with text
2) Reduce larger drawings and fold to size of text pages .
2
3
4
5
6
7
8
9
e . Provide fl y-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs .
f . Cover
10
11
1) Identify each volume with typed or printed title "OPERA TING AND
MAINTENANCE INSTRUCTIONS".
12 2) List:
13 a) Title of Project
14 b) Identity of separate structure as applicable
15 c) Identity of general subject matter covered in the manual
16 3 . Binders
17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers
18 b . When multiple binders are u sed, correlate the data into related consistent
19 groupings .
20 4 . If available , provide an electronic form of the O&M Manual.
21 B . Manual Content
22 1. Neatly typewritten table of contents for each volume, arranged in systematic order
23 a . Contractor, name of re s ponsible principal, address and telephone number
24 b . A li st of each product required to be included, indexed to content of the volume
25 c . List, with each product:
26 1) The name , address and te lephone number of the subcontractor or installer
27 2) A list of each product required to be included, indexed to content of the
28 volum e
29 3) Identify area of responsibility of each
30 4) Local source of supply for parts and replacement
31 d. Identify each product by product name and other id entifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a. Include only those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to :
36 1) Clearly identify s pecific product or part installed
37 2) Clearl y identify data applicable to installation
38 3) Delete references to inapplicable information
39 3. Drawings
40 a. Supplement product data with drawings as necessary to clearly illustrate:
41 1) Relations of component parts of equipment and systems
42 2) Control and flow diagrams
43 b. Coordinate drawings with information in Project Record Documents to assure
44 correct illustration of comp le ted installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written text, as required to supplement product data for the particular installation:
47 a . Organize in consistent format under separate headings for different procedures .
48 b. Provide logical sequence of instructions of each procedure.
C IT Y O F FORT WORTH
ST AND ARD CO N STR UC TIOJ:-.J SPEC IFI C ATION DOCUMENTS
Rev ised December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Proj ec t N o . U C-0 I 2023
0 1 78 23 -3
OPERATIO N AN D MAINTEN ANCE DATA
Page 3 o f 5
5. Copy of each warranty, bond and service contract issued
2 a. Provide information sheet for City personnel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might affect validity of warranties or bonds
5 C . Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content, for architectural products , applied materials and finishes :
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size , composition
10 2) Color and texture designations
1 I 3) Information required for reordering special manufactured products
12 b. Instructions for care and maintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Detai Is of installation
22 b. Instructions for inspection, maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of complete manual in final form.
25 2. Content, for each unit of equipment and system, as appropriate:
26 a. Description of unit and component parts
27 1) Function, normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclature and commercial number of replaceable parts
30 b. Operating procedures
31 1) Start-up, break-in, routine and normal operating instructions
32 2) Regulation, control , stopping, shut-down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
37 2) Guide to "trouble shooting"
38 3) Disassembly, repair and reassembly
39 4) Alignment, adjusting and checking
40 d. Servicing and lubrication schedule
41 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 1) Predicted life of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
C ITY OF FORT WORTH
STANDARD CONSTRU CTION SP EC IFI C ATIO N DOC UME NTS
Revi se d December 20 , 20 12
UTILITY C UT REPAIR
C ONTRAC T I 202 3
City Project No . UC-0 I 2023
1
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
0 1 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of5
1. Charts of valve tag numbers , with location and function of each valve
j. List of original manufacturer's spare parts , manufacturer's current prices , and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3 . Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panel boards
1) E lectrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
I) Routine and normal operating in structions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Gu id e to "trouble shoot in g"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts , manufacturer's current prices , and
recommended quantities to be maintained in storage
h . Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECrFICATION DOCUMENTS
Revised December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
017823 -5
OPERATIO N AND MAINTEN ANCE DATA
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 -PRODUCTS [NOT USED]
5 PART 3 -EXECUTION [NOT USED]
6 END OF SECTION
7
8
R ev is io n Log
D ATE NAME
8/31/20 12 D. Jo hn son
CITY OF FORT WO RTH
ST AND ARD CONSTR UCT ION SPEC IFICATI ON DOCUMENTS
Rev ised Dec em be r 20 , 20 12
SUMMARY OF CH ANGE
1.5.A. I -ti t le of secti o n removed
Page 5 of5
UTILITY CUT REPAIR
CONTRACT I 2023
C ity P roj ec t No. UC-0 I 2023
0 1 78 39 - I
PROJ EC T RECORD DOCUMEN T S
Page I of4
SECTION 01 78 39
2 PROJECT RECORD DOCUMENTS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes :
6 1. Work associated with the documenting the project and recording changes to project
7 documents, including:
8 a . Record Drawings
9 b. Water Meter Service Reports
10 c . Sanitary Sewer Service Reports
11 d . Large Water Meter Reports
12 B. Deviations from this City of Fort Worth Standard Specification
13 I. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 I. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract
I 6 2. Division 1 -General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid .
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
23 1.5 SUBMITT ALS
24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
25 City 's Project Representative .
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1. 7 CLOSEOUT SUBMITT ALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents , making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy ofrecords shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATION DOC UMEN TS
Revi sed Jul y I , 2 0 11
UTILITY CUT REPAIR
CONTRACT 1 2 02 3
City Project UC-01 2023
0 1 78 39 -2
PROJECT RE CORD DO CUMENTS
Page 2 of 4
3 . To facilitate accuracy ofrecords , make entries within 24 hours after receipt of
2 information that the change has occurred .
3 4 . Pro vide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, inves t igation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 I. Maintain the job set of Record Documents completely protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data, us e means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents .
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 -PRODUCTS
18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charg e to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 th e City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 -EXECUTION
29 3.1 INST ALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION [NOT USED]
32 3.4 MAINTENANCE DOCUMENTS
33 A. Maintenance of Job Set
34 1. Immediately upon receipt of the job set, identify each of the Documents with the
35 title, "RECORD DOCUMENTS -JOB SET".
C ITY OF FORT WORTH
ST AND ARD C O NSTRUC TIO N SPECIFICAT IO N DOC UMEN TS
Re vised July I , 20 11
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project U C-01 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
B.
2. Preservation
0 1 78 39 -3
PROJEC T RECORD DOCUMENTS
Page 3 of4
a. Cons id ering the Contract comp letion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities w ill be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
clearly mark any deviations from Contract Documents assoc iated with
in stall ation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c . Date all entries .
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e . In the event of overlapping changes , use different co lors for the overlapping
changes.
5 . Conversion of schematic layouts
a. In some cases on the Drawings , arrangements of conduit s, c ir cuits , piping,
ducts , and similar items, are shown schemat ic a ll y and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch , the centerline of each run of it ems.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical lo cation of the Item ("under s lab", "in
ceil in g plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications .
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specificall y issued in writing
by the City.
Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction , and the actual location of items .
CITY OF FORT WORTH UTILITY CUT REP AIR
CONTRACT I 2023
City Project UC-0 I 2023
STANDARD CONSTRUC TIO N SPECIFICATION DOC UM ENTS
Revi sed Jul y l , 20 11
01 78 39 -4
PROJ EC T RE CORD DO CUMENTS
Page 4 of4
1 c . Cal l attention to each entry by drawin g a "cloud" around the area or areas
2 affected .
3 d. Make ch anges neatly, consistently and with the proper med ia to assure
4 longevity and clear reproduction.
5 2. Transfer of data to other Documents
6 a. If the Do cuments, other than Drawings, have b een kept c lean durin g progress of
7 the Work, and if entries thereon have been orderly to the approval of the City,
8 the job set of those Docum ent s, other than Drawings , wi ll be accepted as final
9 Record Documents .
IO b. If any such Document is not so approved by the City, secure a new copy of that
1 I Document from the C ity at t he City's usual ch arge for reproduction and
12 handling, and carefull y transfer the change data to the new copy to th e approval
13 of the City.
14 3.5 REPAIR/RESTORATION [NOT USED]
15 3.6 RE-INSTALLATION [NOT USED]
16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
2 1 3.12 PROTECTION [NOT USED]
22 3.13 MAINTENANCE [NOT USED]
23 3.14 ATTACHMENTS [NOT USED]
24 END OF SECTION
25
26
Revi sion Log
DATE AME
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECfF ICATION DOCUMENTS
Revised Jul y I , 20 11
SUMMARY OF CHANGE
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project UC-0 I 2023
0 SE CTION 02 4114
02 41 14 -I
UT ILIT Y RE MOV A U AB ANDONM EN T
Page I of I 7
2 UTI LI TY REMOV AL/ABA NDONMEN T
3 PARTl -GENERAL
4 1.1 SUMMARY
5 A. Section In c lud es :
6 1. D irect io n for th e remova l, aban do nm ent or salvaging of th e fo llo w ing utiliti es :
7 a. Cathodi c Protecti on Test Stat ion s
8 b . Water L in es
9 c . Gat e V alv es
10 d. W ate r Valves
11 e. F ire Hy drants
12 f . Water M eters and Meter B ox
13 g. Water Sam pl ing St at io n
14 h . Concrete Water V au lts
15 i. San it ary Sewer L ines
16 J . San it ary Sewer Manh oles
17 k . Sani tary Sewer J un ction Boxes
18 I. St orm Sewe r L in es
19 m. St orm Sewer M anhole Ri se rs
20 n. Sto rm Sewer Jun ction B oxes
2 1 o. Storm Sewer Inl et s
22 p . B ox C ul verts
23 q . Headwall s and Safety End Treatments
24 r. T rench D rain s
25 B. D ev iations fr om th is City of Fort Wo rth Stand ard Sp ec ificati o n
26 1. UTILITY ADJUSTMENT-
27 This item is included for the ba sic purpose of establishing a contract price
2 8 which will be comparable to the final co st of making necessary adjustments
29 required due to utility cut repairs to water, sanitary sewer, natural ga s service
3 0 lines and appurtenances including irrigation lines (sprinkler systems), etc.
3 1 where such lines and appurtenances are the property owner's re s ponsibility to
32 maintain. An arbitra ry figure has been placed in the Proposal; however, this
3 3 doe s not guarantee any pa y ment for utility adjustments , neither does it confine
34 utility adjustments to the amount shown in the Proposal. It shall be the
35 contractor 's re sponsibility to provide the services of a licensed plumber to
36 make the utility adjustments determined necessary by the engineer. No
37 pa yment will be made for utility adjustments except those adjustments
3 8 determined nece ssary by the engineer. Should the contractor damage service
39 lines due to his negligence, where such lines would not have required
4 0 adjustment or repair otherwise, the lines shall be repaired or adjusted by the
41 contractor at the contractor's ex pen se. The pa yment to the contractor for
42 utility adju stments shall be the actual cost of the adjustments plu s ten percent
43 (10 %) to cover the cost of bond and overhead incurred by the contractor in
44 handling the utility adjustments.
CITY OF FORT WORTH
STANDARD CONSTRUC TION SPE CIF ICATIO N DOCUMENTS
Revi sed December 20 , 20 I 2
UTILITY CUT REPAIR
CONTRACT I 202 3
City Proj ec t No . UC -01 2023
0241 14-2
UTILITY REMOVAUAB AN DONMENT
Page 2 o f 17
C . Related Specification Sections include, but are not necessar il y limite d to:
2 1. Divi s ion 0 -Bidding Re quire me nt s, Contract Forms and Co ndition s of th e Contract
3 2. Divi s ion 1 -General Requirements
4 3. Section 03 34 13 -Controlled Low Strengt h Material (CLSM)
5 4. Section 33 05 10 -Utility Tre nch Excavation, E mbedm e nt an d B ackfi ll
6 5. Section 33 05 24 -Installation of Carrie r Pipe in Casing or Tunnel Liner Pl ate
7 6. Section 33 11 11 -Ductile Iron F ittings
8 7 . Section 33 11 13 -Concrete Press ur e Pip e, Bar-wrapped, Steel Cylinder Type
9 8. Section 33 11 14 -Buried Steel Pipe and F ittings
10 9. Section 33 12 25 -Connection to Existin g Water Mains
11 1.2 PRICE AND PAYMENT PROCEDURES
12 A. Ut ility Lines
13 1. Abandonment of Utility Line by Grouting
14 a. Measurement
15 1) Measurement for this Item s hall be per cubic yard of existing utility I ine to
16 be gro ut ed. Measure by tickets show ing cubic yard s of grout applied.
I 7 b. Payme nt
18 1) The wo rk perform ed a nd materials furnished in accordance with this Item
19 and meas ured as provid ed und e r "M eas urement" s hall be pai d for at the
20 unit pri ce per cubic yard of"Line Grouting" for:
21 a) Various ty pes of utility lin e
22 c. The pri ce bid shall include :
23 1) Low density cellular gro ut or CLSM
24 2) Water
25 3) Pavement removal
26 4) Excavation
27 5) Hauling
28 6) Di s posal of excess mate rial s
29 7) F urni shing, placement and compaction of backfill
30 8) Clean-up
3 1 2. Utility Line Remova l, Separate Trench
32 a. Me as urement
33 1) Measurement for this Item s hall be per linear foot of existing utility line to
34 be removed.
35 b . Pay ment
36 1) The work performed and materials furnished in accordance with thi s It em
37 and meas ured as provided under "Measurement" shall be paid for at the
38 unit price bid per lin ear foot of"Remove Line" for:
39 a) Various types of existing utility line
40 b) Various sizes
41 c. The pric e bid shall include:
42 1) Removal and disposal of existing utility pipe
43 2) Pavement removal
44 3) Excavation
45 4) Hauling
46 5) Di s po sal of excess materia ls
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
024 1 14-3
UT ILI TY REMOVAU ABANDONMENT
Page 3 of 17
6) Furnishing, placement and compaction of backfill
7) Clean-up
3 . Uti lity Line Removal , Same Trench
a. Measurement
1) This Item is consid ered s ub sidiary the proposed utility line being installed .
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the in stallation of proposed utility pipe and shall be
subsidiary to the unit price bid per linear foot of pipe complete in place, and
no other compensation wi ll be allo wed .
4. Manhole Abandonment
a. Measurement
1) Measurement for this Item will be per each manhole to be abandoned.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Abandon Manhole" for :
a) Various diameters
b) Various types
c. The price bid shall include :
1) Removal and disposal of manhole cone
2) Removal , salvage and delivery of frame and cove r to City , if app lic able
3) Cutting and plugging of existing sewer line s
4) Concrete
5) Acceptable material for backfilling manhole vo id
6) Pavement removal
7) Excavation
8) Hauling
9) Disposal of excess materials
10) Furn ishing, placement and compaction of backfill
11) Surface restoration
12) C lean -up
5 . Cathodic Test Station Abandonment
a. Measurement
1) Measurement for this Item will be per each cathodic test station to be
abandoned.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Abandon Cathodic Test Station".
c. The price bid shall in clude:
1) Abandon cathodic test station
2) CLSM
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furn ish ing, placement and compaction of backfill
8) C lean-up
CITY OF FORT WORTH
ST AND ARD CONSTRUCTIO N SPECIFICATION DO CUMENTS
Revised December 20, 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC -0 I 2023
0 24 114-4
UTILITY REMOV A U ABANDONM ENT
Page 4 of 17
B. Water Lines and Appurtenances
2 1. Installation of a Water Line Pressure Plug
3 a . Measurement
4 1) Measurement for this Item shall be per each pressure plug to be installed.
5 b . Payment
6 1) The work performed and materials furnished in accordance with this Item
7 and measured as provided under "Measurement" shall be paid for at the
8 unit price bid for each "Pressure Plug" installed for:
9 a) Various sizes
10 c. The price bid shall include:
11 1) Furnishing and installing pressure plug
12 2) Pavement removal
13 3) Excavation
14 4) Hauling
15 5) Disposal of excess material
16 6) Gaskets
17 7) Bolts and Nuts
18 8) Furnishing, placement and compaction of embedment
19 9) Furnishing, placement and compaction of backfill
20 10) Disinfection
21 11) Testing
22 12) Clean-up
23 2 . Abandonment of Water Line by Cut and installation of Abandonment Plug
24 a . Measurement
25 1) Measurement for this Item shall be per each cut and abandonment plug
26 installed.
27 b. Payment
28 1) The work performed and materials furnished in accordance with this Item
29 and measured as provided under "Measurement" shall be paid for at the
30 unit price bid for each "Water Abandonment Plug" installed for:
31 a) Various sizes
32 c. The price bid shall include:
33 1) Furnishing and installing abandonment plug
34 2) Pavement removal
35 3) Excavation
36 4) Hauling
37 5) CLSM
38 6) Disposal of excess material
39 7) Furnishing, placement and compaction of backfill
40 8) Clean-up
41 3. Water Valve Removal
42 a. Measurement
43 1) Measurement for this Item will be per each water valve to be removed.
44 b. Payment
45 1) The work performed and materials furnished in accordance with this Item
46 and measured as provided under "Measurement" shall be paid for at the
47 unit price bid per each "Remove Water Valve" for:
48 a) Various sizes
49 c. The price bid shall include :
CITY OF FORT WORTH
STANDARD CON STRUC TION SPECIFIC ATION DOCUMENTS
Re vised December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
024114-5
UTILITY R.EMOVAUABANDONMENT
Page 5 of 17
1) Removal and disposal of valve
2) CLSM
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
4. Water Valve Removal and Salvage
a. Measurement
1) Measurement for this Item will be per each water valve to be removed and
salvaged.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Water Valve " for:
a) Various sizes
c. The price bid shall include:
I) Removal and Salvage of valve
2) CLSM
3) Delivery to City
4) Pavement removal
5) Excavation
6) Hauling
7) Disposal of excess materials
8) Furnishing, placement and compaction of backfill
9) Clean-up
5. Water Valve Abandonment
a. Measurement
I) Measurement for this Item will be per each water valve to be abandoned.
b . Payment
1) The work performed and materials furnished in accordance with thjs Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Abandon Water Valve" for:
a) Various Sizes
c. The price bid shall include:
1) Abandonment of valve
2) CLSM
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
6. Fire Hydrant Removal and Salvage
a . Measurement
1) Measurement for this Item will be per each fire hydrant to be removed.
b. Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 20 12
UTILITY CUT REP AIR
CONTRACT I 2023
City Project No. UC-01 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
02 41 14 -6
UTILITY REMOVAUABANDONMENT
Page 6 of 17
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Fire Hydrant".
c. The price bid shall include:
1) Removal and salvage of fire hydrant
2) D e livery to City
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
7 . Water Meter Removal and Salvage
a. Measurement
1) Measurement for this Item will be per each water meter to be removed and
salvaged.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Water Meter" for:
a) Various sizes
2) If a "Water Meter Service Relocate" is performed in accordance with
Section 33 12 10 , removal and salvage or disposal of the existing (2-inch or
smaller) water meter shall be subsidiary to the cost of th e "Water Meter
Service Relocate", no other compensation will be allowed.
c. The price bid shall include:
1) Removal and salvage of water meter
2) Delivery to City
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
8. Water Sampling Station Removal and Salvage
a. Measurement
1) Measurement for this Item will be per each water sampling station to be
removed .
b . Paym ent
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Water Sampling Station".
c. The price bid shall include:
1) Removal and salvage of water sampling station
2) Delivery to City
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS
Revised December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT 1 2023
C ity Project No. UC-0 1 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
C.
02 41 14 -7
UT! LITY REMOV A U ABANDONM ENT
Page 7 of 17
7) Furnishing, placement and compaction of backfill
8) C lean-up
9. Concrete Water Vault Removal
a. Measurement
1) Measurement for this Item will be per each concrete water vault to be
removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Concrete Water Vault".
c . The price bid shall include:
1) Removal and disposal of concrete water vault
2) Removal , salvage and delivery of frame and cover to City, if appli cable
3) Removal, salvage and delivery of any valves to City, if applicable
4) Removal, salvage and delivery of any water meters to City, if applicab le
5) Pavement removal
6) Excavation
7) Hauling
8) Disposal of excess materials
9) Furnishing, placement and compaction of backfill
10) C lean-up
Sanitary Sewer Lines and Appurtenances
1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug
a . Measurement
1) Measurement for this Item shall be per each cut and abandonment plug
installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for each "Sewer Abandonment Plug" for:
a) Various sizes
c. T he price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement and compaction of backfill
8) Clean-up
2. Sanitary Sewer Manhole Removal
a. Measurement
1) Measurement for this Item will be per each sanitary sewer manhole to be
removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Sewer Manhole" for:
a) Various diameters
C ITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
Ci ty Project No . UC-0 I 2023
STANDARD CON STRUCTION SP EC TFICATIO N DO C UMENTS
Revi sed December 20, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
D.
024 1 14-8
UTILITY REMOVAi/ABANDONMENT
Page 8 of 17
c. The price bid shall include :
1) Removal and disposal of manhole
2) Removal , salvage and delivery of frame and cover to City , if applicable
3) Cutting and plugging of existing sewer lines
4) Pavement removal
5) Excavation
6) Hauling
7) Disposal of excess materials
8) Furnishing, placement and compaction of backfill
9) Clean-up
3. Sanitary Sewer Junction Structure Removal
a. Measurement
1) Measurement for this Item will be per each sanitary sewer junction
structure being removed .
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
lump s um bid per each "Remove Sewer Junction Box" location .
c. T he price bid shall include:
1) Removal and disposal of junction box
2) Removal , salvage and delivery of frame and cover to City.
3) Pavement removal
4) Excavation
5) Hauling
6) Di s posal of excess material s
7) Furnishing, placement and compaction of backfill
8) Clean-up
Storm Sewer Lines and Appurtenances
1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug
a . Measurement
1) Measurement for this Item shall be per each cut and abandonment plug to
be installed.
b. Payment
1) The work performed and materi als furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for each "Storm Abandonment Plug" installed for:
a) Various sizes
c. The price bid shall include :
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement and compaction of backfill
8) Clean-up
2. Storm Sewer Manhole Removal
a. Measurement
CITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20 , 2012
2
3
4
5
6
7
8
9
10
I I
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
024114-9
UTILITY REMOVAi/ABANDONM ENT
Page 9 of 17
I) Measurement for this Item will be per each storm sewer manhole to be
removed.
b. Payment
I) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Manhole Riser" for:
a) Various sizes
c. The price bid shall include:
I) Removal and disposal of manhole
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
3. Storm Sewer Junction Box Removal
a . Measurement
I) Measurement for this Item will be per each storm sewer junction structure
to be removed.
b. Payment
I) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Storm Junction Box" for:
a) Various sizes
c. The price bid shall include:
I) Removal and disposal of junction box
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
4. Storm Sewer Junction Structure Removal
a. Measurement
I) Measurement for this Item will be per each storm sewer junction structure
being removed.
b. Payment
I) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
lump sum bid per each "Remove Storm Junction Structure" location .
c . The price bid shall include:
I) Removal and disposal of junction structure
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIO N DOC UMENTS
Revi sed December 20 , 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
024 11 4-10
UTILITY REMOV AU ABANDONMENT
Page I O of 17
7) Furnishing, plac ement and compaction of backfill
8) Clean-up
5. Storm Se wer Inlet Removal
a. Measure ment
1) Measurement for thi s Item will be per each storm sewer inlet to be
remove d.
b . Payment
1) The work performe d and material s furnished in accordance with this Item
and me as ured a s provided under "Measurement" shall be paid for at the
unit price bid per each "R emove Storm Inlet" for:
a) Various type s
b) Various sizes
c. The price bid shall include:
1) Removal and di s posal of inlet
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
6. Storm Sewer Junction Box Removal
a. Measurement
1) Measurement for this Item shall be per linear foot of existing storm sewer
bo x to be removed .
b . Payment
1) The work performed and m aterials furnished in accordance with this Item
and meas ured as provided under "Meas urement" shall be paid for at the
unit price bid per line a r foot of "Remove Storm Junction Box" for all sizes.
c. The price bid shall include:
1) Removal and di s po sal of Storm Sewer Box
2) Pave ment removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
7. Headwall/SET Removal
a. Measurement
1) Measurement for this Item will be per each headwall or safety end
treatment (SET) to be removed .
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unjt price bid per each "Remove Headwall/SET".
c. The price bid shall include:
1) Removal and disposal of H eadwall/SET
2) Pavement removal
3) Excavation
4) Hauling
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20 , 2012
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Proj ec t No . UC-O J 2023
02 41 14 -11
UT ILITY REMOVAU ABANDONM ENT
Page 11 of 17
5) Disposal of excess materials
2 6) Furnishing, placeme nt and compaction of backfill
3 7) Clean-up
4 8. Trench Drain Removal
5 a. Measurement
6 1) Measurement for this Item s hall be per lin ear foot of storm sewer trench
7 drain to be removed .
8 b . Payment
9 1) The work performed and materials furnished in accordance with this Item
IO and measured as provided under "Measurement" shall be paid for at the
11 unit price bid per linear foot of "Remove Trench Drain" for:
12 a) Various sizes
13 c . The price bid shall include:
14 1) Removal and disposal of storm sewer lin e
15 2) Pavement removal
16 3) Excavation
17 4) Hauling
18 5) Disposal of excess materials
19 6) Furnish in g, placement and compaction of backfill
2 0 7) Clean-up
21 1.3 REFERENCES (NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A . Coordination
24 1. Contact Inspector and the Water Department Field Operation Storage Yard for
25 coordination of salvage material return.
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
3 1 1.10 DELIVERY, STORAGE, AND HANDLING
32 A. Storage and Handling Requirements
33 1. Protect and salvage all materials s uch that no damage occurs during delivery to the
34 City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised December 20, 20 12
UTILITY CUT RE PAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
024114-12
UTILITY REMOVAUABANDONMENT
Page 12 of 17
1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART2-PRODUCTS
4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
5 2.2 MATERIALS
6 2.3 ACCESSORIES [NOT USED]
7 2.4 SOURCE QUALITY CONTROL [NOT USED]
8 PART 3 -EXECUTION
9 3.1 INST ALLERS [NOT USED]
10 3.2 EXAMINATION [NOT USED]
11 3.3 PREPARATION [NOT USED]
12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT
13 A. General
14 1. Manhole Abandonment
15 a. All manholes that are to be taken out of service are to be removed unless
16 specifically requested and/or ap proved by City.
17 b. Excavate and backfill in accordance with Section 33 05 10.
18 c. Remove and salvage manhole frame and cover as coordinated with City .
19 d. Deliver salvaged material to the City.
20 e. Cut and plug sewer line s to be abandoned.
21 f. Backfill manhole void in accordance with City Standard Details.
22 B . Water Lines and Appurtenances
23 1. Water Line Pressure Plugs
24 a. Ductile Iron Water Lines
25 1) Excavate , embed , and backfill in accordance with Section 33 05 10 .
26 2) Plug w ith an MJ Plug with mechanical restraint and blocking in accordance
27 with Section 33 11 11 .
28 3) Perform Cut and Plug in accordance with Section 33 12 25.
29 b. PVC C900 and C905 Water Lines
30 1) Excavate, embed, and bac kfill in accordance with Section 33 05 10 .
3 1 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance
32 with Section 33 11 11.
33 3) Perform Cut and Plug in acco rdance with Section 33 12 25.
34 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines
35 1) Excavate, embed , and backfi ll in accordance with Section 33 05 10
36 2) Plug using:
37 a) A fabricated plug re strained by we lding or by a Snap Ring in
38 accordance with Section 33 11 13; or
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION S PECJFICA TION DOCUMENTS
Revised December 20, 20 12
UTILITY CUT REP AIR
CONTRACT 1 2023
City Project No. UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
02 41 14 -13
UT! LITY REMOV AU ABANDONMENT
Page 13 of 17
b) A blind flange in accordance with Section 33 11 13
3) Perform Cut and Plug in accordance with Section 33 12 25.
d. Buried Steel Water Lines
1) Excavate, embed, and backfill in accordance with Section 33 05 10.
2) Plug using:
a) A fabricated plug restrained by welding in accordance with Section 33
ll 14;or
b) A blind flange in accordance with Section 33 11 14
3) Perform Cut and Plug in accordance with Section 33 12 25.
2. Water Line Abandonment Plug
a. Excavate and backfill in accordance with Section 33 05 l 0.
b. Plug with CLSM in accordance with Section 03 34 13.
3. Water Line Abandonment by Grouting
a. Excavate and backfill in accordance with Section 33 05 10.
b. Dewater from existing line to be grouted.
c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
or CLSM in accordance with 03 34 13.
d. Dispose of any excess material.
4. Water Line Removal
a. Excavate and backfill in accordance with Section 33 05 10.
b. Cut existing line from the utility system prior to removal.
c. Cut any services prior to removal.
d . Remove existing pipe line and properly dispose as approved by City.
5. Water Valve Removal
a . Excavate and backfill in accordance with Section 33 05 10.
b. Remove and dispose of valve bonnet, wedge and stem.
c. Fill valve body with CLSM in accordance with Section 03 34 13 .
6. Water Valve Removal and Salvage
a. Excavate and backfill in accordance with Section 33 05 10.
b. Remove valve bonnet, wedge and stem.
c. Deliver salvaged material to the Water Department Field Operation Storage
Yard.
d. Protect salvaged materials from damage.
e. Fill valve body with CLSM in accordance with Section 03 34 13 .
7. Water Valve Abandonment
a. Excavate and backfill in accordance with Section 33 05 10.
b. Remove the top 2 feet of the valve stack and any valve extensions.
c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13.
8. Fire Hydrant Removal and Salvage
a. Excavate and backfill in accordance with Section 33 05 10.
b. Remove Fire Hydrant.
c. Place abandonment plug on fire hydrant lead line.
d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage
Yard.
e. Protect salvaged materials from damage .
9. Water Meter Removal and Salvage
a. Remove and salvage water meter.
b. Return salvaged meter to Project Representative.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
C .
0 2 41 14 -14
UTILITY RE MOV AU A BA NDONM ENT
Page 14 of I 7
c . City will provide replacement meter for installation .
d. Meter Box and Lid
1) Remove and salvage cast iron meter box lid.
2) Remove and dispose of any non-cast iron meter box lid .
3) Return salvaged material to the Water Department Field Operation Storage
Yard.
4) Remove and dispose of meter box.
10. Water Sample Station Removal and Salvage
a . Remove and salvage existing water sample station .
b. Deliver salvaged material to the Water Department Field Operation Storage
Yard .
11. Concrete Water Vault Removal
a. Excavate and backfill in accordance with Section 33 05 10 .
b . Remove and salvage vault lid.
c. Remove and salvage valves.
d . Remove and salvage meters.
e. Deliver salvaged material to the Water Department Field Operation Storage
Yard.
f. Remove and dispose of any piping or other appurtenances.
g. Demolish and remove entire concrete vault.
h . Dispose of all excess materials.
12. Cathodic Test Station Abandonment
a. Excavate and backfill in accordance with Section 33 05 10
b. Remove the top 2 feet of the cathodic test station stack and contents.
c. Fill any remaining voids with CLSM in accordance with Section 03 34 13.
Sanitary Sewer Lines and Appurtenances
1. Sanitary Sewer Line Abandonment Plug
a. Excavate and backfill in accordance with Section 33 05 10.
b . Remove and dispose of any sewage.
c. Plug with CLSM in accordance with Section 03 34 13.
2. Sanitary Sewer Line Abandonment by Grouting
a. Excavate and backfill in accordance with Section 33 05 10.
b. Dewater and dispose of any sewage from the existing line to be grouted.
c . Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
or CLSM in accordance with 03 34 13.
d. Dispose of any excess material.
3. Sanitary Sewer Line Removal
a. Excavate and backfill in accordance with Section 33 05 10.
b. Cut existing line from the utility system prior to removal.
c. Cut any services prior to removal.
d . Remove existing pipe line and properly dispose as approved by City.
4. San itary Sewer Manholes Removal
a. All sanitary sewer manholes that are to be taken out of service are to be
removed unless specifically requested and/or approved by City.
b. Excavate and backfill in accordance with Section 33 05 10.
c . Remove and salvage manhole frame and cover.
d . Deliver salvaged material to the Water Department Field Operation Storage.
e. Demolish and remove entire concrete manhole.
CITY OF FORT WORTH UTILITY CUT REPAIR
CO NTRACT l 2023
Ci ty Project No .UC-0 1 2023
ST AND ARD C O NSTRU C TIO N SPECIFIC ATION DOCUME NTS
Re v ised December 20, 20 12
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
D.
0 2 4 1 14 - 15
UT ILITY RE MOVAUABAND ONMENT
Page 15 of 17
f. Cut and plug sewer lines to be abandoned.
5. Sanitary Sewer Junction Structure Removal
a. Excavate and backfill in a ccordance with Section 33 05 10.
b. Remove and salvage manhole frame and cover.
c. Deliver salvaged material to the Water Department Field Operation Storage.
d. Demolish and remove entire concrete manhole .
e . Cut and plug sewer lines to be abandoned.
Storm Sewer Lines and Appurtenances
1. Storm Sewer Abandonment Plug
a . Excavate and backfill in accordance with Section 33 05 10 .
b. Dewater line .
c. Plug with CLSM in accordance with Section 03 34 13.
2. Storm Sewer Line Abandonment by Grouting
a. E xcavate and backfill in accordance with Section 33 05 10.
b . Dewater the existing line to be grouted.
c . Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
or CLSM in accordance with 03 34 13.
d . Di s pose of any excess material.
3. Storm Sewer Line Removal
a . E xcavate and backfill in accordance with Section 33 05 10.
b. Remove existing pipe line and properly dispose as approved by City .
4. Storm Sewer Manhole Removal
a. All storm sewer manholes that are to be taken out of service are to be removed
unless specifically requested and/or approved by City.
b . Excavate and backfill in accordance with Section 33 05 10.
c . Demolish and remove entire concrete manhole .
d . Cut and plug storm sewe r lines to be abandoned.
5. Storm Sewer Junction Box and/or Junction Structure Removal
a. E xcavate and backfill in accordance with Section 33 05 10 .
b. Demolish and remove entire concrete structure .
c. Cut and plug storm sewer lines to be abandoned .
6. Storm Sewer Inlet Removal
a . E xcavate and backfill in accordance with Section 33 05 10.
b. Demolish and remove entire concrete inlet.
c. Cut and plug storm sewer lines to be abandoned.
7 . Storm Sewer Box Removal
a. Excavate and backfill in accordance with Section 33 05 10.
b. Cut existing line from the utility system prior to removal.
c . Cut any services prior to removal.
d. Remove existing pipe line and properly dispose as approved by City.
8. Headwall/SET Removal
a . Excavate and backfill in accordance with Section 33 05 10 .
b. Demolish and remove entire concrete inlet.
c . Cut and plug storm sewer line s to be abandoned.
9 . Storm Sewer Trench Drain Removal
a. E xcavate and backfill in accordance with Section 33 05 10.
b . Remove existing pipe line and dispose as approved by City .
C ITY OF FORT WO RTH UTILIT Y C UT REPAIR
CONTRACT I 2023
C ity Project No. UC -0 I 2023
STANDARD C ONS TRUC TI ON SPEC IFIC ATION DOCUMENTS
Rev ise d December 20, 20 12
2
3
4
5
6
7
8
9
10
11
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING (NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [N OT USED]
C ITY OF FORT WORTH
ST AND ARD CONSTRUC TI ON SPECIF ICATION DOCUMENTS
Revised Decem ber 20, 2012
02 4 1 14 -16
UTILITY RE MO V AU ABANDONMENT
Page 16 of 17
UTI LITY CUT RE PAIR
CONTRACT I 2023
C ity Proj ec t No . UC -0 1 202 3
2
DATE NAME
12 /20 /12 D. Johnson
CITY OF FORT WORTH
END OF SECTION
Revision Log
024114-17
UTILITY REMOVAUABANDONMENT
Page 17 of 17
SUMMARY OF CHANGE
1.2.C.3.c. -In clude Frame and Cover in Payment desc ription
Throughout -added abandonment of storm and sewer manhol es when requested
and/or approved by City
ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revised December 20, 2012
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-0 1 2023
03 34 16 -I
CONCRETE BA SE MATERIAL FOR T RENC H RE PAIR
Page I of4
SECTION 03 34 16
2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section includes:
6 I . Concrete base material for trench repair
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. STANDARD BASE REPAIR FOR UNIT 1-
9 Regardless of the existing pavement type, base repair for Unit I shall be either
IO min. 8" concrete base material or min. 5" reinforced concrete base as directed
11 by engineer. Any deviation from standard repair shall be approved by the
12 Water Department.
13 2. CONCRETE BASE REPAIR FOR UNIT II & UNIT 111 -
14 When concrete base is required for repairs> 200 square feet in area, the base
15 repair shall be either min. 8" concrete base material or min 5" reinforced
16 concrete base as directed by the engineer. Any deviation from standard repair
17 shall be approved by the Water Department.
18 3. PAYMENT (1.2-A-2.)-
19 8-inch Concrete Base Material and 5-inch Reinforced Concrete Base shall be
20 paid for in Units I, II & III at the bid price per square yard.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 I. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division I -General Requirements
24 3. Section 03 30 00 -Cast-in-Place Concrete
25 1.2 PRICE AND PAYMENT PROCEDURES
26 A. Measurement and Payment
27 I. Measurement
28 a. This Item is considered subsidiary to the structure or Items being placed.
29 2 . Payment
30 a . The work performed and the materials furnished in accordance with this Item
31 are subsidiary to the structure or Items being placed and no other compensation
32 will be allowed .
33 1.3 REFERENCES
34 A. Reference Standards
35 1. Reference standards cited in this Specification refer to the current reference
36 standard published at the time of the latest revision date logged at the end of this
37 Specification, unless a date is specifically cited.
38
39
CITY OF FORT WO RTH
STANDARD CON STRUC TIO N SPEC IFIC ATIO N DOCUMEN TS
Revi sed December 20, 2012
UTILITY CUT RE PAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
0 3341 6 -2
CONCRETE BA SE M ATERIAL FO R TRENC H REPAIR
Page 2 o f 4
B . ASTM International (ASTM):
2 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the
3 Field.
4 2. C33, Standard Specification for Concrete Aggregates.
5 3. C39 , Standard Test Method for Compressive Strength of Cylindrical Concrete
6 Specimens.
7 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete.
8 5 . C172 , Standard Practice for Sampling Freshly Mixed Concrete.
9 6. C231 , Standard Test Method for Air Content of Freshly Mixed Concrete by the
10 Pressure Method.
11 7. C260 , Standard Specification for Air-Entraining Admixtures for Concrete.
12 8. C618 , Standard Specification for Coal Fly Ash and Raw or Calcined Natural
13 Pozzolan for Use in Concrete.
14 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-
15 Cement Concrete.
16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
17 1.5 SUBMITT ALS
I 8 A. Provide submittals in accordance with Section O 1 33 00.
I 9 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
20 specials.
21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
22 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start
23 of low density concrete backfill work.
24 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
28 1.11 FIELD CONDITIONS [NOT USED]
29 1.12 WARRANTY [NOT USED]
30 PART 2 -PRODUCTS
31 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED]
32 2.2 PRODUCT TYPES AND MATERIALS
33 A. Mix Design
34 1. Performance requirements
35 a. Concrete Base Material for Trench Repair
36 1) 28-day compressive strength of not less than 750 psi and not more than
37 1,200 psi .
38
C ITY OF FORT WORTH
STANDARD CON STRU CTION SP EC IFICATION DOCUMENTS
Revi sed December 20, 20 I 2
UTILITY CUT REP AIR
CONTRACT I 2023
Ci ty Project No . UC -0 I 2023
03 34 16 -3
CONC RETE BAS E MATERIAL FOR TRENCH REPAIR
Page 3 of 4
1 B. Materials
2 1. Portland cement
3 a. Type II low alkali portland cement as specified in Section 03 30 00.
4 2. Fly ash
5 a. Class F fly ash in accordance with ASTM C618.
6 3. Water
7 a. As specified in Section 03 30 00.
8 4. Admixture
9 a. Air entraining admixture in accordance with ASTM C260.
10 5. Fine aggregate
11 a. Concrete sand (does not need to be in accordance with ASTM C33).
12 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no
13 plastic fine s shall be present.
14 6. Coarse aggregate
15 a. Pea gravel no larger than 3/8 inch.
16 2.3 ACCESSORIES [NOT USED]
17 2.4 SOURCE QUALITY CONTROL [NOT USED]
18 PART 3 -EXECUTION
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
2 1 3.3 PREPARATION [NOT USED]
22 3.4 INSTALLATION
23 A. Place concrete base material by any method which preserves the quality of the material
24 in terms of compressive strength and density.
25 1. The basic requirement for placement equipment and placement methods is the
26 maintenance of its fluid properties.
27 2. Transport and place material so that it flows easily around, beneath, or through
28 walls, pipes , conduits, or other structures .
29 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where
30 required) such that when placed , the material is self-compacting, self-densifying,
31 and has sufficient plasticity that compaction or mechanical vibration is not required .
32 3.5 REP AIR [NOT USED]
33 3.6 RE-INSTALLATION [NOT USED]
34 3.7 FIELD QUALITY CONTROL
35 A. General
36 1. Make provisions for and furnish all material for the test specimens, and provide
37 manual assistance to assist the Engin eer in preparing said specimens.
38 2. Be responsible for the care of and providing curing condition for the test specimens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
0334 16-4
CONCRETE BAS E MATERlAL FOR TRENCH REPA[R
Page 4 of4
l B . Concrete Tests: Perform testing of composite samp le s of fresh co ncrete obtained
2 according to ASTM C 172 according to the following requirements:
3 1. Testing Frequency: Obtain 1 composite sam pl e for each day's pour of each
4 concrete mixture up to 25 cubic yards, plu s 1 set for each additional 50 cubic yards
5 or fraction thereof.
6 2. Slump: ASTM Cl43; 1 test at point of placement for each composite samp le , but
7 not less than 1 test for each day's pour of each concrete mixture. Perform additional
8 tests when concrete consistency appears to change.
9 3. Air Content: ASTM C23 l, pressure method, for normal-weight concrete; 1 test for
IO each composite sample, but not less than 1 test for each day's pour of each concrete
11 mixture.
12 4. Concrete Temperature: ASTM Cl064; 1 test hourly when air temperature is 40
13 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above , and 1
14 test for each composite sample.
15 5. Compression Test Specimens: ASTM C3 l.
16 a . Cast and laboratory cure 4 cy linders for each composite samp le.
17 I) Do not transport field cast cylinders until they have cured for a minimum of
18 24 hours .
19 6. Compressive-Strength Tests: ASTM C39
20 a. Test 1 cylinder at 7 days.
2 1 3.8 SYSTEM STARTUP [NOT USED)
22 3.9 ADJUSTING (NOT USED]
23 3.10 CLEANING [NOT USED)
24 3.11 CLOSEOUT ACTIVITIES [NOT USED)
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE [NOT USED)
27 3.14 ATTACHMENTS [NOT USED)
28 END OF SECTION
29
30
Revision Log
DATE AME
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECfFICA TION DO CU MENTS
Revi sed December 20 , 2012
SUMMARY OF CHANGE
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
03 80 00 -I
MODIFIC ATION S TO EXISTING CONCRETE
Page I of7
SECTION 03 80 00
2 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES
3 PARTl -GENERAL
4 1.1 SUMMARY
5 A. Section includ es:
6 1. Modifications to existing concrete structure s, including:
7 a. Manholes
8 b. Junction bo xes
9 c. Vaults
1 O d. Retaining walls
11 e. Wing and head walls
12 f. Culverts
13 2. This section doe s not include modifications to Reinforced Concrete Pipe.
14 B . D ev iations from this City of Fo rt Worth Standard Specification
15 1. REPAIR OF STORM DRAIN STRUCTURES-
16 This pay item shall apply to all storm drain structures such as inlets, manholes,
17 headwalls or other facilities which, in the opinion of the engineer require
18 repair.
19 The contractor shall remove and replace the tops of existing drainage
20 structures and a portion of the walls of the structure as directed by the
2 1 engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any
22 concrete or dirt and exposed a minimum of twelve inches (12"). New steel shall
23 be used in the reconstruction of the walls and top.
24 No payment shall be made for manhole frames, lids, steps and other
25 miscellaneous items of construction, as they shall be considered subsidiary to
26 the unit price bid for Repair of Storm Drain Structures. Unless directed
27 otherwise by the engineer, the existing manhole frames, lids and other
28 miscellaneous items may be reused.
29 Storm Drain Structure Repair shall be performed in conformance with
30 specifications "Cast in Place Manhole and Junction Boxes" (33 49 10), "Curb
3 1 and Drop Inlets" (33 49 20), "Storm Drainage Headwalls and Wingwalls" (33
32 49 40) and Details D-405 through D-413 and shall further apply to all storm
33 drainage facilities of a similar design and construction.
34 Payment for Repair of Storm Drain Structures shall be made by the cubic
35 yard of concrete required to reconstruct the structure as well as all steel, etc. in
36 conformance with the appropriate drawings.
37 C . Related Specification Sections include , but are not necessarily limited to :
38 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract
39 2. Di vis ion 1 -General Requirements
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Proj ect No. UC-0 I 2023
03 80 00 -2
MOD[FICAT[ONS TO EXISTING CONCRETE
Page 2 of?
1.2 PRICE AND PAYMENT PROCEDURES
2 A . Meas urement and Payment
3 I. Measurement
4 a. This Item is considered sub s id iary to the structure or Items being placed.
5 2 . Payment
6 a. The work performed and the materials furnished in accordance with this Item
7 are subsidiary to the structure or Items being placed and no other compensation
8 will be allowed.
9 1.3 REFERENCES
10 A. Reference Standards
11 I. Reference standards cited in this Specification refer to the current reference
12 standard published at the time of the late st revision date logged at the end of this
13 Specification , unless a date is specifically cited.
14 2. ASTM International (ASTM):
I 5 a. A6 I 5, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement.
16 b. C 88 l , Standard Specification for E poxy-Resin-Base Bonding Systems for
17 Concrete.
18 c. C882 , Standard Test Method for Bond Strength of Epoxy-Resin Systems Used
19 with Concrete by Slant Sheer.
20 d. D5 70, Standard Test Method for Water Absorption of Plastics.
21 e . D638 , Standard Test Method for Tensile Properties of Plastics.
22 f. D695 , Standard Test Method for Compressive Properties of Ri g id Plastic s.
23 g . D732 , Standard Test Method for Shear Strength of Plastics by Punch Tool.
24 h . D790 , Standard Test Method s for Flexural Properties of Unreinforced and
25 Reinforced Plastics and Elec trical Insulating Materials.
26 B . Where reference is made to 1 of the above standards, the revision in effect at the time of
27 bid opening applies.
28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
29 1.5 SUB MITT ALS
30 A. Provide submittals in accordance with Section 01 33 00.
3 I B. All submittals shall be approved by the City prior to delivery and /or fabrication for
32 specials .
33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
34 A . Product Data
35 I . Submit manufacturer's Product Data on all product brands proposed for use to the
36 Engineer for review.
37 2. Include the manufacturer's installation and /or application instructions.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SP EC IFICATION DOCUMENTS
Revised December 20 , 2012
UTILITY CUT RE PAIR
CONTRACT I 2023
City Project No. UC-0 1 2023
03 80 00 -3
MODIFIC ATION S TO EXISTING CONCRETE
Page 3 of7
1. 7 CLOSEOUT SUBMITT ALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE
4 A. When removing materials or portions of existing structures and when making openings
5 in existing structures, take precautions and all erect all necessary barriers, shoring and
6 bracing, and other protective devices to prevent damage to the structures beyond the
7 limits necessary for the new work, protect personnel, control dust, and to prevent
8 damage to the structures or contents by falling or flying debris.
9 B. Core sanitary sewer manhole penetrations.
10 1.10 DELIVERY, STORAGE, AND HANDLING
11 A. Deliver the specified products in original, unopened containers with the manufacturer's
12 name, labels, product identification, and batch numbers.
13 B. Store and condition the specified product as recommended by the manufacturer.
14 1.11 FIELD CONDITIONS [NOT USED]
15 1.12 WARRANTY [NOT USED]
16 PART 2 -PRODUCTS
17 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED]
18 2.2 PRODUCT TYPES AND MATERIALS
19 A. Manufacturers
20 I . In other Part 2 articles where titles below introduce lists, the following requirements
21 apply to product selection:
22 a. Available Products
23 1) Subject to compliance with requirements, products that may be
24 incorporated into the Work inc lude, but are not limited to , products
25 specified.
26 b. Available Manufacturers
27 1) Subject to compliance with requirements , manufacturers offering products
28 that may be incorporated into the Work include, but are not limited to,
29 manufacturers specified.
30 B. Materials
3 I 1. General
32 a. Comply with this Section and any state or local regulations.
33 C. Steel Reinforcement
34 1. Reinforcing Bars
35 a. ASTM A615, Grade 60 , deformed .
36 D. Epoxy Bonding Agent
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DO C UMENTS
Revi sed December 20 , 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-01 2023
03 80 00 -4
MODIFICATIO NS TO EX ISTfNG CONCRETE
Page 4 of7
1. A 2-component, solvent-free, asbestos-free, moisture-insensitive epoxy resin
2 material used to bond plastic concrete to hardened concrete comp ly in g with the
3 requirements of ASTM C88 l , Type V , and the add iti onal requirements specified
4 herein .
5 2 . Properties of the cured material
6 a. Compressive Strength (ASTM D695)
7 1) 8,500 psi minimum at 28 days
8 b . Tensile Strength (ASTM D638)
9 1) 4,000 psi minimum at 14 days
10 c. Flexural Strength (ASTM D790 -Modulus of Rupture)
11 1) 6,300 psi minimum at 14 days
12 d. Shear Strength (ASTM D732)
13 1) 5,000 psi minimum at 14 days
14 e. Water Absorption (ASTM D570 -2 hour boil)
15 1) 1 percent maximum at 14 days
16 f. Bond Strength (ASTM C882) Hardened to Plastic
17 1) 1,500 psi minimum at 14 days moist cure
18 g . Color
19 1) Gray
20 h. Available Manufacturers:
21 1) Sika Corporation, Lyndhurst, New Jersey -Sikadur 32, Hi-Mod
22 2) BASF, Cleveland, Ohjo -Concresive 1438
23 E. Epoxy Paste
24 1. A 2-component, solvent-free, asbestos free, moisture insensitive epoxy resin
25 material used to bond dissimilar materials to concrete such as setting railing posts ,
26 dowels, anchor bolts, and all-threads into hardened concrete and complying with
27 the requirements of ASTM C881, Type I, Grade 3, and the additional requirements
28 specified herein .
29 2 . Properties of the cured material
30 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days
31 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at
32 Break -0.3 percent minimum
33 c. Flexural Strength (ASTM D790 -Modulus of Rupture): 3,700 psi minimum at
34 14days
35 d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days
36 e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days
37 f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure
38 g . Color : Concrete grey
39 h. Available Manufacturers
40 1) Overhead Applications
41 a) Sika Corporation, Lyndhurst, New Jersey -Sikadur 32, Hi-Mod L V
42 b) BASF -Concresive 143 8
43 2) All Other Applications
44 a) Sika Corporation, Lyndhurst, New Jersey -Sikadur Hi-mod L V 31
45 b) BASF -Concresive 140 l
46 F. Repair Mortars
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIF ICATION DOCUM EN TS
Revised December 20, 20 I 2
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
03 80 00 -5
MODIFICATIONS TO EXISTIN G CONCRETE
Page 5 of7
1. Provide an asbestos free, moisture insensitive, polymer-modified, Portland cement-
2 based cementitious trowel grade mortar for repairs on horizontal or vertical
3 surfaces.
4 a. Available Manufacturers
5 1) Sika Corporation, Lyndhurst New Jersey -SikaTop 122
6 2) BASF -Emaco Nanocrete R3
7 G. Pipe Penetration Sealants
8 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is
9 chemically resistant, not soluble in water and capable of withstanding wet/dry
10 cycling.
11 a. Available Manufacturers
12 1) Sika Corporation, Lyndhurst New Jersey -SikaSwell S-2
13 2) Approved equal
14 2.3 ACCESSORIES (NOT USED]
15 2.4 SOURCE QUALITY CONTROL [NOT USED]
16 PART 3 -EXECUTION
17 3.1 INSTALLERS [NOT USED]
18 3.2 EXAMINATION [NOT USED]
19 3.3 PREPARATION
20 A . General
21 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing
22 structures or appurtenances, as indicated on the Drawings, specified herein, or
23 necessary to permit completion of the Work. Finishes, joints, reinforcements ,
24 sealants , etc., are specified in respective Sections . Comply with other requirements
25 of this of Section and as shown on the Drawings.
26 2 . Store, mix, and apply all commercial products specified in this Section in strict
27 compliance with the manufacturer's recommendations .
28 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion
29 joint or control joint to preserve the isolation between components on either side of
30 the joint.
31 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if
32 rebar is encountered and relocate the hole to avoid rebar as approved by the
33 Engineer. Do not cut rebar without prior approval by the Engineer.
34 B. Concrete Removal
35 1. Remove concrete designated to be removed to specific limits as shown on the
36 Drawings or directed by the Engineer, by chipping, jack-hammering, or saw-cutting
37 as appropriate in areas where concrete is to be taken out. Do not jackhammer
38 sanitary sewer manhole penetrations. Remove concrete in such a manner that
39 surrounding concrete or existing reinforcing to be left in place and existing in place
40 equipment is not damaged .
CIT Y OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFIC ATIO N DOCUMENTS
Revi sed December 20, 20 12
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No . UC-01 2023
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
C.
03 80 00 -6
MODIFICATIO S TO EXISTING CONCRETE
Page 6 of7
2. Where existing reinforcing is exposed due to saw cutting/core drillin g and no new
material is to be placed on the sawcut surface, apply a coating or surface treatment
of epoxy paste to the entire cut surface to a thickness of 1/4 inch .
3. In all cases where the joint between new concrete or grout and existing concrete
will be exposed in the finished work, except as otherwise shown or specified,
provide a 1-inch deep saw cut on each exposed surface of the existing concrete at
the edge of concrete removal.
4 . Repair concrete specified to be left in place that is damaged using approved means
to the satisfaction of the E ngineer.
5. The E ng ineer may from time to time direct additional repairs to existing concrete.
Make these repairs as specified or by such other methods as may be appropriate.
Connection Surface Preparation
1. Prepare connection surfaces as specified below for concrete areas requiring
patching, repairs or modifications as shown on the Drawings , specified herein, or as
directed by the Engineer.
2. Remove all deteriorated material s, dirt, oil, grease, and all other bond inhibiting
materials from the surface by dry mechanjcal means, i.e., sandblasting, grinding,
etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in
de pth. Irregular voids or surface stones need not be removed if they are sound, free
of laitance, and firmly embedded into parent concrete, subject to the Engineer's
final inspection.
3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar
means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of
the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a
minimum of 1 inch berund the steel. Do not Damage reinforcing to be saved during
the demolition operation.
4. Clean reinforcing from existing demolished concrete that is shown to be
incorporated in new concrete by wire brush or other similar means to remove all
loo se material and products of corrosion before proceeding with the repair. Cut,
bend , or lap to new reinforcing as shown on the Drawings and provided with 1-inch
minimum cover all around.
5. The following are specific concrete surface preparation "methods" to be used where
called for on the Drawings , specified herein , or as directed by the Engineer.
a. Method A
1) After the existing concrete surface at connection has been roughened and
cleaned , thoroughl y moisten the existing surface with water.
2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of
a heavy paste.
3) Immediately after application of cement paste, place new concrete or grout
mixture as detailed on the Drawings.
b. Method B
1) After the existing concrete surface has been roughened and cleaned, apply
epoxy bonding agent at connection surface.
2) Comply strictly with the manufacturer's recommendations for the field
preparation and application of the epoxy bonding agent.
3) Place new concrete or grout mixture to limits shown on the Drawings
within time constraints recommended by the manufacturer to ensure bond .
c. Method C
CITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-01 2023
STANDARD CONSTRUCTIO N SPEC IFICATION DOCUMENTS
Revised December 20 , 2012
0 3 80 00 - 7
MODIFIC A T!ONS TO EX ISTING C ONCRETE
Page 7 o f7
1) Drill a hol e 1/4 inch larger than the diameter of the dowel.
2 2) Blow the hole clear of loose particles and du st just prior to installing epoxy .
3 F ir st fill the drilled h o le w ith epoxy paste, then butter the dowels/bolts with
4 paste then insert by tapping.
5 3) Un less otherwise shown on the Drawings, drill and set deformed bars to a
6 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters.
7 4) If not noted on the Drawings, the Engineer will provide details regarding
8 the size and spacing of dowels.
9 d. Method D
10 1) Combination of Method Band C .
11 3.4 INSTALLATION [NOT USED]
12 3.5 REPAIR [NOT USED]
13 3.6 RE-INSTALLATION [NOT USED]
14 3.7 FIELD QUALITY CONTROL [NOT USED]
15 3.8 SYSTEM STARTUP (NOT USED]
16 3.9 ADJUSTING [NOT USED]
17 3.10 CLEANING [NOT USED]
18 3.11 CLOSEOUT ACTIVITIES (NOT USED]
19 3.12 PROTECTION [NOT USED]
20 3.13 MAINTENANCE [NOT USED]
21 3.14 ATTACHMENTS [NOT USED]
22 END OF SECTION
23
24
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed December 20 , 2012
SUMMARY OF CHANGE
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
32 11 29 -I
LIME TREATED BAS E COURSES
Page I of 10
SECTION 32 11 29
2 LIME TREATED BASE COURSES
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime,
7 mixing and compacting the mix material to the required density.
8 2. Item applies to the natural ground, embankment, existing pavement; base or
9 subbase courses placed and shall conform to the typical section, lines and grades
10 shown on the Drawings.
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. LIME STABILIZED SUBGRADE-
13 Upon the direction of the engineer, the contractor shall provide a lime
14 stabilized Subgrade or base in conformance with specifications "Lime Treated
15 Base Courses" (32 11 29). Unless otherwise directed by the engineer, lime shall
16 be applied at the minimum rate of four pounds (4#) per square yard per inch
17 of depth.
18 Payment shall be made by the square yard at the unit price bid for the
19 quantity measured in place and shall include all labor, equipment, material
20 and incidentals necessary to satisfactorily complete the project. No payment
21 shall be made for the hydrated lime as it shall be considered subsidiary to the
22 bid price for lime stabilization.
23 C. Related Specification Sections include, but are not necessarily limited to:
24 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract
25 2. Division 1 -General Requirements
26 3. Section 31 23 23 -Borrow
27 4. Section 32 11 23 -Flexible Base Courses
28 1.2 PRICE AND PAYMENT PROCEDURES
29 A. Measurement and Payment
30 1. Hydrated Lime
31 a. Measurement
32 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated
33 Lime used to prepare slurry at the job site.
34 b. Payment
35 1) The work performed and materials furnished in accordance with this Item
36 and measured as provided under "Measurement" will be paid for at the unit
37 price bid per ton of Hydrated Lime.
38 c. The price bid shall include:
39 1) Furnishing the material
40 2) All freight involved
41 3) All unloading, storing, and handling
42 2. Commercial Lime Slurry
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20 , 2012
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
a. Measurement
32 11 29 -2
LIME TREAT ED BASE COU RSES
Page 2 of 10
1) Measurement for this Item shall be by the ton (dry wei ght) as calculated
from the minimum percent dry so lid s content of the s lurry multiplied by the
weight of the slurry in tons delivered .
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per ton of Commercial Lime Slurry.
c. The price bid shall include:
1) Furnishing the material
2) All freight involved
3) A ll unloading, storing, and handling
3. Quicklime
a . Measurement
1) Measurement for this Item shall be by the ton ( dry weight) of Quicklime.
Measurement for Quicklime in slurry form shall be measured by the ton
(dry weight) of the Quickl ime used to prepare the s lur ry.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" wi ll be paid for at the unit
price bid per ton of Quickl im e.
c . The price bid shall include:
l ) Furnishing the material
2) A ll freight involved
3) All unloading, storing, and handling
4. Lime Treatment
a. Measurement
1) Measurement for this Item shal l be by the square yard of surface area as
established by the widths shown on the Drawings and the lengths measured
at placement.
b. Payment
1) The work performed and materials furn ished in accordance with this Item
and measured as provided under "Measurement" wi ll be paid for at the unit
price bid per sq uare yard of Lime Treatment app li ed for:
a) Various depths
c. The price bid shall include:
1) Preparing the roadbed
2) Loosening, pulverizing app li cation of lime, water content in the slurry
mixture and the mixing water
3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining
4) Performing all manipulations required
42 1.3 REFERENCES
43 A . Definitions
44 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide.
45 2. Commercial L im e S lurry: liquid mixture of hydrated lime solid s and water
46 delivered to a project in slurry form .
47 3. Quickl im e: dry material consisting of calcium oxide furnished in either of two
48 grades :
CITY OF FORT WORTH
STANDARD CON STRUCTION SPEClFICATION DO C UMENTS
Revi sed December 20, 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
Ci ty Project No. UC-0 I 2023
32 11 29 - 3
LIM E TREATED BASE COURSES
Page 3 of 10
1 a. Grade OS -grade of "pebble" quicklime suitable for use in the preparation of
2 slurry for wet placing .
3 b. Grade S -finely graded quicklime for use only in the preparation of slurry for
4 wet placing.
5 B . Reference Standards
6 1. Reference standards cited in this specification refer to the current reference standard
7 publi sh ed at the time of the latest revision date logged at the end of this
8 specification, unless a date is specifically cited.
9 2. ASTM International (ASTM):
10 a. 0698, Standard Test Methods for Laboratory Compaction Characteristics of
11 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 k:N-rn/m3 ))
12 b. 06938, Standard Test Method for In-Pl ace D ens ity and Water Conte nt of Soil
13 and Soil-Aggregate by Nuclear Methods (Shallow Depth)
14 3. Texas D e partment of Transportation (TXDOT):
15 a . Tex-IO 1-E, Preparing Soil and Flexible Base Materials for Testing
16 b. Tex-140-E, Meas uring Thickness of Pavement Layer
17 c. Tex-600-J , Sampling and Testing of Hydrated Lime , Quickl ime and
18 Commercial Lime Slurry
19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
20 1.5 ACTION SUBMITT ALS [NOT USED]
2 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
24 1.9 QUALITY ASSURANCE [NOT USED]
2 5 1.10 DELIVERY AND STORAGE
26 A. Truck Delivered Lime
27 1. Eac h truck ticket shall bear the weight of lime measured on certified scales.
28 2. Submit delivery tickets , certified by supplier, that include weight with each bulk
29 delivery of lime to the site.
30 1.11 SITE CONDITIONS
31 A. Start lime application only when the air temperature is at least 35°F and rising or is at
32 least 40 °F. Measure temperature in the shade and away from artificial heat.
33 B. Suspend application when the City determines that weather conditions are unsuitable.
34 1.12 WARRANTY [NOT USED]
35 PART2-PRODUCTS
36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
37 2.2 MATERIALS
38 A. General
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Revi se d December 20, 20 12
UTILI TY CUT REPAIR
CONTRACT 1 2023
City Project No. UC -0 1 2023
32 11 29 -4
LIME TREATED BASE COURSES
Page 4 of 10
1. Furnish uncontaminated materials of uniform quality that meet the requirements of
2 the Drawings and specifications.
3 2. Notify the City of the proposed material sources and of changes to material sources.
4 3. Obtain verification from the City that the specification requirements are met before
5 using the sources.
6 4. The City may sample and test project materials at any time before compaction.
7 B. Lime
8 1. Hydrated Lime
9 a. pumpable suspension of solids in water
10 b. solids portion of the mixture when considered as a basis of"solids content,"
11 shall consist of principally hydrated lime of a quality and fineness sufficient to
12 meet the chemical and physical requirements.
13 2. Dry Lime: Do not use unless approved by City.
14 3. Quicklime
15 a. Use quicklime only when specified by the City .
16 b. dry material consisting of essentially calcium oxide .
17 c. Furnished in either of two grades:
18 1) Grade OS
19 2) Grade S
20 4. Furnish lime that meets the following requirements
21 a. Chemical Requirements
22
23
24
25
26
Table 2
1me em1ca L" Ch . IR eqmrements
Hydrated Commercial Lime
Lime Slurry
Total "active " lime 90 .0 Min 87.0 Min
content, percent by
weight
U nhydrated lim e 5.0 Max
content, percent by
weightCaO
"Free Water" 5.0 Max
content, percent by
weight water
b. Physical Requirements
Table 3
L" Ph . IR 1me 1ys1ca
Hydrated
Lime
Wet Sieve Requirement, As
percentage by Weight
Residue :
Retained on No. 6 sieve 0.2 Max
Retained on No. 30 sieve 4.0 Max
Dry Sieve Requirement, As
percentage by Weight
Residue:
Retained on a 1-in sieve
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS
Revised December 20 , 2012
eqmrements
Commercial Lime
Slurry
0.2 Max
4.0 Max
Quicklime
87.0 Min
Quicklime
8.0Max1
0.0
UTILITY CUT REPA1R
CONTRACT 1 2023
City Project No. UC-0 I 2023
Retained o n a 3/4 -in sieve
Retained on a No. 100
sieve
Retained on a No. 6 s iev e 0.2 Max 0.2 Max
32 11 29 -5
LlME TREATED BASE COURSES
Page 5 of 10
10 .0 Max
Grade Ds -80 Min
Grade S -no limits
8 .0 Max 1
I The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not
2
3
4
5
exceed 2.0% by weight of the original quicklime.
c. Slurry Grades
Table 4
L' SI G d 1me urry ra es
Minimum Dry Solids Contents
by Percentage of the Slurry
Grade I 3 1
Grade 2 35
Grade 3 46
6 C. F lexibl e Base Courses: F urni sh base material that meets the requirements of Section 32
7 11 23, for the typ e and grade shown on the D rawings, before the addition of lime .
8 D. W ater: Furnish water free of industrial wastes and other objectionable mate rial.
9 E . Borrow: See Section 31 23 23.
10 2.3 ACCESSORIES [NOT USED]
l l 2.4 SOURCE QUALITY CONTROL [NOT USED]
12 PART 3 -EXECUTION
13 3.1 INSTALLERS [NOT USED]
14 3.2 EXAMINATION [NOT USED]
15 3.3 PREPARATION
16 A. Shape the s ub grade or existing base to conform to the typical sections shown on the
17 Drawings or as directed.
18 3.4 INSTALLATION
19 A . General
20 1. Produce a completed course of treated material containing:
21 a . uniform lime mixture, free from loose or segregated areas .
22 b. uniform density and moisture content.
23 c. well bound for full depth .
24 d . with smooth surface a nd suitable for placing subsequent courses.
25 2 . Maximum layer depth of lime treatment in single layer: 8 inche s .
26 3. For treated s ub grade exceeding 8 inches deep, pulverize , apply lime, mix, compact
27 and fini sh in equal layers not exceeding 5 inches deep .
28 B. E quipment
29 1. G eneral : Provide machinery, tools, and equipment neces sary for proper execution
30 of the work.
31 2 . Rollers
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIO N DO CUMENTS
Revised December 20 , 2012
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
32 11 29 -6
LIM E TREATED BASE COURS E S
Page 6 of 10
a. The Contractor may use any type of roller to meet the production rates and
2 quality requirements of the Contract unless otherwise shown on the Drawings
3 or directed .
4 b. When specific types of equipment are required, use equipment that meets the
5 specified requirements.
6 c. Alternate Equipment
7 1) Instead of the specified equipment, the Contractor may, as approved,
8 operate other compaction equipment that produces equivalent results.
9 2) Discontinue the use of the alternate equipment and furnish the specified
10 equipment if the desired results are not achieved.
11 d. City may require Contractor to substitute equipment if production rate and
12 quality requirements of the Contract are not met.
13 3. Storage Facility
14 a. Store quicklime and dry hydrated lime in closed, weatherproof containers.
15 4. Slurry Equipment
16 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or
17 quicklime on the project or other approved location .
18 b. The City may approve other slurrying methods.
19 c. Provide a pump for agitating the slurry when the distributor truck is not
20 equipped with an agitator.
21 5. Pulverization Equipment
22 a. Provide pulverization equipment that:
23 1) Cuts and pulverizes material uniformly to the proper depth with cutters that
24 plane to a uniform surface over the entire width of the cut
25 2) Provides a visible indication of the depth of cut at all times, and uniformly
26 mixes the materials
27 C. Pulverization
28 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2
29 1/2 inch sieve.
30 2. If the material cannot be uniformly processed to the required depth in a single pass,
31 excavate and windrow the material to expose a secondary grade to achieve
32 processing to depth as shown in the Drawings.
33 D. Application of Lime
34 1. Uniformly apply lime as shown on the Drawings or as directed.
35 2. Add lime at the percentage specified in Drawings.
36 3. Apply lime only on an area where mixing can be completed during the same
37 working day.
38 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind
39 conditions, in the opinion of the City, cause blowing lime to become dangerous to
40 traffic or objectionable to adjacent property owners .
41 5. Slurry Placement
42 a. Hydrated Lime
43 1) Mix Lime with water and apply slurry
44 2) Apply Type B, commercial lime slurry, with a lime percentage not less
45 applicable for grade used
46 3) Distribute lime at the rate shown on the Drawings
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC IFI C ATION DO CUMENTS
Revi sed December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
Ci ty Project No. UC -0 I 2023
2
3
4
5
6
7
8
9
32 11 29 -7
LIME TREATED BASE COURSES
Page 7 of IO
4) Make successive passes over a measured surface of roadway until the
proper moisture and lime content have been achieved .
b. Quickl ime
1) Spread the residue fpr the Quicklime slurrying procedure uniformly over
the length of the roadway.
2) Residue is primarily inert material with little stabilizing value; however,
may contain a small amount of Quicklime particles that slake s lo w ly. A
concentration of these particles could cause the compacted stabilized
mate rial to swell during slaking.
10 E . Mixing
11 1. Begin mixing within 6 hours of application of lime.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
2. Hydrated lime exposed to th e open air for 6 hours or more between application and
mixing, or that experiences excessive loss due to washing or blowing, will not be
accepted for payment.
3. Thoroughly mi x the material and lime using approved equipment.
4. Mix until a homogeneous, friable mixture of material and lime is obtained, free
from a ll clods and lumps .
5 . Do not mix greater than 1 inch deeper than the stabilization d e pth specified.
6. Mate rial s containing plastic clay or other materials that are not readily mi xe d with
lime shall be mixed as thoroughly as possible at the time of lime application,
brought to the proper moisture content and sealed with a pneumatic roller.
7. Allow the mi xture to cure for 72 hours or as directed by City.
8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days .
9. Sprinkle the treated materials during the mixing and curing operation to achieve
adequate hydration and proper moisture content.
10 . After curing, res ume mixing until a homo geneous , friable mi xture is obtained.
11. After mixing, City will s ample the mixture at roadway moi sture and test in
accordance with Tex-101-E, Part Ill, to determine compliance with the gradation
requirements in Table 5.
Table 5
Gra dation Requirements (Minimum % Pass ing)
Sieve Size Base
1-3 /4 in . 100
3/4 in . 85
No.4 60
33 F. Compaction
34 1. General
35 a. Begin compaction immediately after final mixing.
36 b. Aerate and sprinkle as necessary to provide optimum moisture content.
37 c. Multiple lifts are permitted when shown on the Drawings or approved .
38 d . Bring each layer to the moisture content directed .
39 2. Rollin g
40 a. Begin rolling longitudinally at the sides and proceed toward the center,
41 overlapping on successive trips by at least one-half the width of the roller unit .
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Revised December 20 , 2012
UT ILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
32 11 29 -8
LIME TREATED BASE CO URS ES
Page 8 of 10
I b. On superelevated curves, be g in rolling at the low side and progress toward the
2 high side.
3 c. Offset a lternate trips of the roller.
4 d . Operate rollers at a speed between 2 and 6 MPH or as directed.
5 e. Rework, recompact, and refini s h material that fails to meet or that loses
6 required moisture, density , stability, or finish before the ne xt course is placed or
7 th e project is accepted.
8 1) Continue work until s p ec ification requirements are met.
9 2) Rework in accordance with Maintenance item of this Section.
IO f. Proof roll the lime treated base course in accordance w ith the following:
11 1) Proof Rolling
12 a) City Project Representative must be on-site during proofrolling
13 operations.
14 b) Use equipment that will apply suffic ient load to identify soft spots that
15 rut or pump.
16 (1) Acceptable equipment includ es fully lo aded single-ax le water truck
17 with a 1500 gall on capac ity.
18 c) Make at least 2 passes with the proof roller ( down and back = 1 pas s).
19 d) Offset each trip by at most 1 tire width.
20 e) If an unstable or non-uniform area is found, correct the area.
21 2) Correct
22 a) Soft spots that rut or pump greater than 3/4 inch.
23 b) Areas that are unstable or non-uniform .
24 3. Density Co ntrol
25 a. Compact until the entire depth of the mi xture has achieved a uniform density of
26 not less than 95 percent of the maximum density as determined by ASTM
27 0698.
28 b. Moi sture content: minus 2 to plus 4 optimum.
29 G. Maintenance
30 1. Maintain the completed soil lim e base in good condition , satisfactory to the City as
31 to grade, crown and cross section unti I the overlaying or next course is constructed.
32 2. Keep surface of the compacted course moist until covered by other base or
33 pavement.
34 3. Reworking a Section
35 a . When a section is reworked w ithin 72 hours after completion of compaction,
36 rework the section to provide t he required density.
37 b. When a section is reworked more than 72 hours after completion of
38 compaction, add additional lim e at 25 percent of the percentage specified.
39 c. Reworking includes loo se ning, adding material or removing unacceptable
40 material if necessary, mixing as directed, compacting, and finishing.
41 H. Finish in g
42 1. After completing compaction of the final course, clip, skin, or tight-blade the
43 surface of the lime-treated material with a maintainer or subgrade trimmer to a
44 depth of approximately 1/4 inch.
45 2. Remove loo sened material and dispo se of at an approved location.
46 3 . Roll the clipped surface immediatel y with a pneumatic tire roller until a smooth
47 surface is attained.
C ITY OF FORT WORTH
STANDARD CONSTR UCTION SPECfF ICATIO N DOCUMENTS
Revised December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
32 11 29 -9
LIM E TREATED BAS E COU RS ES
Page 9 of 10
4. Add small amounts of water as needed during rolling.
2
3
5. Shape and maintain the course and surface in conformity with the typ ical sections,
lin es, and grades shown on the Drawings or as directed.
4 I. Curing
5 1. Cure for the minimum number of days shown in Table 6 and by finished pavement
6 type:
7 a . Concrete pavement
8 1) Sprinkle with water
9 2) Maintain moisture during curing
10 3) Do not allow equipment on the finished course during curing except as
11 required for sprinkling.
12 b. Asphalt Pavement
13 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard.
14 2) Do not all ow equipment on the finished course during curing.
15
16
Table 6
Minimum Curio Re uirements Before Placin uent Courses 1
Untreated Material Curio Da s
PI::; 35 2
PI > 35 5
I . Subject to th e approva l of th e City. Proof rollin g may be required as
an indicator of adequate curin g .
17
18
2. Begin paving operations or add courses within 14 calendar days of final
compaction.
19 3.5 REP AIR/RESTORATION [NOT USED]
20 3.6 RE-INSTALLATION [NOT USED]
21 3.7 QUALITY CONTROL
22 A. Density Test
23 1. City Project Representative must be on site during density testing
24 2. City to measure density of lim e treated base course in accordance with ASTM
25 D6938.
26 3. Spacing directed by City (1 per block minimum).
27 4. City Project Representative determines density testing locations .
28 B. Depth Test
29 1. In-place depth will be evaluated for each 500-foot roadway section
30 2. Determine in accordance with Tex-140-E in hand excavated holes.
31 3. For each 500-foot section, 3 phenolphthalein tests will be performed.
32 4 . City Project Representative determines depth testing locations.
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SP ECIFICATION DOCUMENTS
Revi sed December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
1 3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING [NOT USED]
3 3.10 CLEANING [NOT USED]
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION
Revision Log
32 11 29 - 10
LIME TREATE D BAS E COURSES
Page I O of IO
DATE NAME SUMMARY OF CHANGE
9
CITY OF FORT WORTH
STANDARD CONSTRU CTION SPECIF fCATION DOCUMENTS
Revised December 20, 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
32 11 33 -1
CEMENT TREATED BASE COURSES
Page 1 of8
SECTION 32 11 33
2 CEMENT TREATED BASE COURSES
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A.Section Includes
6 1. Treating subgrade, subbase and base courses by the pulveri zation , addition of
7 cement ( or CEM-LIME™), mixing and compacting the mi x material to the required
8 den~cy.
9 2. Item applies to the natural ground, embankment, existing pavement, base or
1 O s ub base courses placed and shall conform to the typical section, line s and grades
11 shown on the Drawings.
12 3. For asphalt pavement pulverization projects, CEM-LIME™ (or approved equal)
13 may be used , in li e u of cement, for subgrade soi ls with high plasticicy index
14 (plasticity index (PI) of 15 or above).
15 4. The procedures and methods outlined in this spec for cement applies to CEM-
16 LIME™ except that CEM-LIME™ needs to be applied using the slurry method.
17 5 . If the existing asphalt is milled off exposing the subgrade soil, the stabilizing agent
18 may need to be lime , in li eu of cem-lime , for soils with high PI
19 B. D eviations from City of Fort Worth Standards
20 1. CEMENT STABILIZED SUBGRADE-
At the direction of the engineer, the contractor shall subsidize the subgrade
or base material with Portland Cement in conformance with specification
"Cement Treated Base Courses" (32 11 33). Unless directed otherwise by
the engineer, Cement shall be applied at a minimum rate of five pounds
(5#) per square yard per inch of depth.
21 C.Related Specification Sections include but are not necessarily limited to
22 1. Division O -Bidding Requirements , Contract Forms, and Conditions of the Contract
23 2. Division 1 -General Requirements
24 3. Section 32 11 23 -Flexible Base Courses
25 1.2 PRICE AND PAYMENT PROCEDURES
26 A.Measurement and Payme nt
27 1. Cement
28 a. Meas urement
29 1) Measurem ent for this Item shall be by the ton (dry weight).
30 b. Payment
31 I) The work performed and material s furnished in accordance with this Item
32 and me as ured as provided under "Measurement " will be paid for at the unit
33 price bid per ton ( dry weight) of Cement.
34 c. The price bid shall include:
35 I) Furnishing Cement material
36 2) All freight involved
37 3) All unloadin g, storing and h andling
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June I 0, 2022
UT ILITY CUT RE P AIR
CONTRACT 1 2023
City P roject No. UC-0 1 2023
38
39
40
41
2
3
4
5
6
7
8
9
10
1 I
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
1.3
32 11 33 -2
CEMENT TRE ATED BASE COURS ES
2. CEM-LIME™
a . Measurement
1) Measurement for this Item shall be by the ton (dry weight).
b. Payment
Page 2 o f8
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per ton (dry weight) of CEM-LIME™ (or approved equal).
c. The price bid shall include:
1) Furnishing CEM-LIME™
2) All freight involved
3) All unloading , storing and handling
3. Cement Treatment
a. Measurement
1) Measurement for this Item shall be by the square yard of surface area.
2) The dimensions for determining the surface area are established by the
widths shown on the Drawings and the lengths measured at placement.
b . Payment
1) The work performed and materials furnjshed in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square yard of Cement Treatment placed for:
a) Various depths
c . The price bid shall include :
I) Pulverizing or providing the soil material
2) Handling, hauling and spreading dry or slurry cement
3) Mixing the cement with the soil either in-place or in a mixing plant
4) Furnishing, hauling and mixjng water with the soil-cement mixture
5) Spreading and shaping the mixture; compacting the mixture , including all
rolling required for compaction
6) Surface finishing
7) Water and sprinkling
8) Curing
REFERENCES
A .Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2 . ASTM International (ASTM):
a. C 150, Standard Specification for Portland Cement
b. C595, Standard Specification for Blended Hydraulic Cements
c. D698 , Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
3 . Texas Department of Transportation (TxDOT)
a. Tex-101-E, Preparing soil and f1exjble base materials for testing
b. Tex-140-E, Measuring thickness of paving layers
C ITY OF FORT WORTH UT ILITY CUT REPAIR
CONTRACT I 2023
Ci ty Project No . U C-0 I 2023
ST AND ARD CON STRUC TIO N SPECIFICATION DOCUMENTS
Re v ised June I 0 , 20 22
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 ACTION SUBMITTALS [NOT USED]
32 11 33 -3
CEMENT TREATE D BAS E COU RS E S
Page 3 of8
3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
4 1.7 CLOSEOUT SUBMITTALS [NOT USED]
5 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
6 1.9 QUALITY ASSURANCE [NOT USED]
7 1.10 DELIVERY, STORAGE, AND HANDLING
8 A.Truck Delivered Cement
9 1. Each truck ticket shall bear the weight of cement measured on certified scales.
10 2. Submit delivery tickets, certified by supplier, that include weight with each bulk
11 delivery of cement to the site.
12 1.11 FIELD [SITE] CONDITIONS
13 A.Start cement application only when the air temperature is at least 35 degrees F and rising
14 or is at least 40 degrees F.
15 B.Measure temperature in the shade away from artificial heat.
16 C.Suspend application when the City determines that weather conditions are unsuitable.
17 1.12 WARRANTY [NOT USED]
18 PART 2-PRODUCTS
19 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
20 2.2 MATERIALS
21 A .General
22 1. Furnish uncontaminated materials of uniform quality that meet the requirements of
23 the Drawings and specifications.
24 2 . Notify the City of the proposed material sources and of changes to material sources.
25 3. Obtain verification from the City that the specification requirements are met before
26 using the sources.
27 4. The City may sample and test project materials at any time before compaction.
28 B.Cement: ASTM C150 or ASTM C595 Type I, II, IL or IP.
29 C.Flexible Base Courses: Furnish base material that meets the requirements of Section 32
30 I 1 23 for the type and grade shown on the Drawings , before the addition of cement.
31 D.Water: Furnish water free of industrial wastes and other objectionable material.
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUME NTS
Revi sed June 10 , 2022
UTILITY CUT REPAJR
CONTRACT I 2023
City Project No . UC-01 2023
32 11 33 -4
CEMENT TREAT ED BAS E COURS ES
Page4 o f8
3 PART 3 -EXECUTION
4 3.1 INST ALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PREPARATION
7 A.Shape existing material in accordance with applicable bid items to conform to typical
8 sections shown on the Drawings and as directed.
9 3.4 INSTALLATION
10 A .General
11 I. Produce a completed course of treated material containing:
12 a. Uniform Portland cement mixture, free from loose or segregated areas
13 b. Uniform density and moisture content
14 c . Well bound for full depth
15 d. With smooth surface and suitable for placing subsequent courses
16 2. Maximum layer depth of cement treatment in single layer: 8 inches.
17 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix,
18 compact and finish in equal layers not exceeding 5 inches deep.
19 B.Equipment
20 I. Provide machinery, tools, and equipment necessary for proper execution of the
21 work.
22 2. Rollers
23 a. The Contractor may use any type of ro ll er to meet the production rates and
24 quality requirements of the Contract unless otherwise shown on the Drawings or
25 directed.
26 b. When specific types of equipment are required, use equipment that meets the
27 specified requirements.
28 c . Alternate Equipment
29 I) Instead of the specified equipment, the Contractor may, as approved,
30 operate other compaction equipment that produces equivalent results.
31 2) Discontinue the use of the alternate equ ipm ent and furnish the specified
32 equipment if the desired results are not achieved.
33 d. City may require Contractor to substitute equipment if production rate and
34 quality requirements of the Contract are not met.
35 3. Slurry Equipment
36 a. Use slurry tanks equipped with agitation devices for cement application.
37 b. The City may approve other slurrying methods.
38 c. Provide a pump for agitating the slurry when the distributor truck is not
39 equipped with an agitator.
40 4. Pulverization Equipment
41 a. Provide pulverization equipment that:
42 I) Cuts and pulverizes material uniformly to the proper depth with cutters that
43 plane to a uniform surface over the entire width of the cut
CITY OF FORT WORTH
ST AND ARD CON STRU CTION SP ECIFIC ATIO N DOC UME NTS
Revi sed June I 0 , 20 22
UTILITY CUT REPAJR
CONTRACT I 2023
Ci ty Project No. UC-0 I 2023
32 11 33 - 5
CEM ENT TREAT ED BASE COURSES
Page 5 of8
2) Provides a visible indication of the depth of cut at all times
2 3) Uniformly mixes the materials
3 C.Pulverization
4 1. Pulverize or scarify existing material after shaping so that 100 percent by dry
5 weight passes a 1-inch sieve , and 80 percent by dry weight passes a No. 4 sieve
6 exc lu sive of gravel or stone retained in sieves.
7 2 . Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2-
8 inch s ieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or
9 stone retained in sieves .
10 D.Cement Application
11 1. Spread by an approved dry or s lurry method uniformly on the so il at the rate
12 specified on the Drawings
13 a. CEM-LIME™ shall be app lied us in g the slurry method .
14 2. If a bulk cement spreader is used , position by strin g lines or other approved method
15 during spreading to insure a uniform distribution of cement.
16 3. Apply to an area that a ll the operations can be continuous and completed in daylight
17 within 6-hours of initi al appli cation .
18 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of
19 soil and cement during dry-mixing operations
20 5 . Do not exceed the specified optimum moisture content for the soi l and cement
21 mixture.
22 6 . No equipment, except that used in the spreading and mixing, allowed to pass over
23 the freshly spread cement until it is mixed with the soi l.
24 E.Mixing
25 1. Thoroughly mix the material and cement using approved equipment.
26 2. Mix until a homogeneous, friable mixture of material and cement is obtai ned, free
27 from all c lods and lumps.
28 3. Keep mixture within moisture tolerances throughout the operation.
29 4. Spread and shape the completed mixture in a uniform layer.
30 5 . After mixing, the City shall sample the mixture at roadway moisture and test in
31 accordance with Tex 101 E, Part III , to determine compliance with the gradation
32 requirements in Table 1.
33
34 Gr d f R a a IOU eamremen s m 1mum
Table 1
t M".
Sieve Size Base
1-3 /4 in . 100
3/4 in. 85
No .4 60
35 F. Compaction
0 ass1 '¼ p ·og
36 1. Prior to the be ginning of compaction, the mixture sha ll be in a loo se condition for
3 7 its full depth.
38 2. Compact material to at least 95 -percent of the maximum density as determined by
39 ASTM D698.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 10 , 2022
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-0 1 2023
32 11 33 - 6
C EMENT TREATED BASE COURSES
Page 6 of8
3. At the start of compaction, the percentage of moisture in the mixture and in un-
2 pulverized soi l lump s shall be less than the quantity which shall cause the soil-
3 cement mixture to become unstable during compaction and finishing.
4 4. When the uncompacted soi l-cement mixture is wetted by rain so that the average
5 moisture content exceeds the tolerance g iv en at the time of final compaction, the
6 entire section shall be reconstructed in accordance with this specification at the sole
7 expense of the Contractor.
8 5. The specified optimum moisture content and density shall be determined in the
9 field on the representative samples of soil-cement mixture obtained from the area
10 being processed.
11 6. Final moisture content shall be within minus-2 to plus-4-of-optimum.
12 7 . Begin compaction after mixing and after gradation and moisture requirements have
13 been met.
14 8. Begin compaction at the bottom and continue until the entire depth of the mixture is
15 uniformly compacted .
16 9. Uniformly compact the mixture to the specified density within 2-hours.
17 10. After the soi l and cement mixture is compacted uniformly apply water as needed
18 and thoroughly mix in.
19 11. Reshape the surface to the required lines, grades and cross section and then lightly
20 scarify to loosen any imprint left by the compacting or shaping equipment.
21 G.Maintenance
22 1. Maintain the soil-cement treatment in good condition from the time it first starts
23 work until all work shall is completed.
24 2 . Maintenance includes immediate repairs of any defect that may occur after the
25 cement is applied.
26 3. Maintenance work shall be done by the Contractor at the Contractor's expense and
27 repeated as often as necessary to keep the area continuously intact.
28 4. Repairs are to be made in such a manner as to insure restoration of a uniform
29 surface for the fu l I depth of treatment.
30 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at
31 least 2 inches, filling the area with treated material and compacting.
32 6. Remedy any low area of subbase or base shall by replacing the material for the full
33 depth of subbase or base treatment rather than adding a thin layer of stabi li zed
34 material to the completed work.
35 H.Finishing
36 1. After completing compaction of the final course, clip, skin, or tight-blade the
37 surface of the cement-treated material with a maintainer or subgrade trimmer to a
38 depth of approximately 1/4 inch.
39 2. Remove loo sened material and dispose of at an approved location.
40 3. Roll the clipped surface immediately with a pneumatic tire roller adding small
41 increments of moisture as needed and until a smooth surface is attained.
42 4. Add small amounts of water as needed during rolling. Shape and maintain the
43 course and surface in conformity with the typical sections, lines, and grades shown
44 on the Drawings or as directed.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed June I 0, 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC -01 2023
32 11 33 -7
CEMENT TREATED BAS E CO URSES
Page 7 of8
5 . Surface compaction and finishin g shall proceed in such a manner as to produce, in
2 not more than 2-hours, a s mooth , closely knit s urface , free of cracks , ridges or loo se
3 material , conforming to the drawn grade and line shown on the Drawings .
4 6. After the final lay er or course of the cement modified soil has been compacted, it
5 shall be brought to the required lines and grades in accordance with the typical
6 sections.
7 7 . The completed se ction s ha ll then be finished by rolling with a pn e umatic tire or
8 other suitable roller sufficiently to create micro cracking.
9 I. Curing
10 I . General
11 a. Cure for at least 48 hours.
12 b. Maintain the moisture content during curing at no lower than 2 percentage
13 points below optimum.
14 2. Curing method depends on finished pavement type:
15 a. Concrete pavement:
16 1) Sprinkle with water
17 2) Maintain moisture during curing
18 3) Do not allow equipment on the finished course during curing except as
19 required for sprinkling, unless otherwise approved .
20 b. Asphalt Pavement:
21 I) Apply an asphalt material at a rate of0.05 to 0.20 gallon per square yard .
22 2) Do not allow equipment on the finished course during curing
23 3. Begin paving operations or add course s within 14 calendar days of final compaction
24 of the cement treated base .
25 3.5 REPAIR/ RESTORATION [NOT USED]
26 3.6 RE-INSTALLATION [NOT USED]
27 3.7 FIELD QUALITY CONTROL
28 A.Dens ity Test
29 I . City Project Representative must be on site during density testing
30 2. City to measure density of cement treated base course in accordance with ASTM
31 D6938 .
32 3. Spacing directed by City (I per block minimum).
33 4. City Project Representative determines dens ity testing locations .
34 B.Depth Test
35 I . Take minimum of one core per 500 linear feet per each direction of travel
36 staggering te st location in each lane to determine in-place depth .
37 2. City Project Representative determines depth testing locations.
C ITY O F FORT WORTH
ST AND ARD C ONSTRUCTION SP EC IFI CATION DOCUMENTS
Rev ised June I 0, 2022
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 202 3
3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING [NOT USED]
3 3.10 CLEANING [NOT USED ]
4 3.11 CL OSEOUT ACTIVITIES [NOT USED]
5 3.1 2 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION
9
Revision Log
32 11 33 -8
CEMENT TREATED BAS E COURSES
Page 8 of8
DATE NAME SUMMARY OF CHANGE
3-11-2022 Ze la lem Arega I .3.A.2, 2.2.B-Added ASTM C595 -Type IL Ce ment
I . I A. -Added alternative of using CEM-LIM E™ in areas with hi gh PI
6-10 -2022 M Owen
I .2 A. -Added Measurement and Payment sect ion for CEM-LIME™
3.4 D. -Added clarification re : s lurry a pplicati on for CEM-LIME™
3 .4 I. 3. -C larifi e d tim e limits betwee n app li cation and paving
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC[FICATION DOCUMENTS
Revised June I 0, 2022
UTILITY CUT REPAlR
CONTRACT I 2023
C ity Project No. UC -0 I 2023
1 SECTION 32 12 16
2 ASPHALT PAVING
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes :
32 12 16 -I
ASPHALT PAVING
Page I of26
6 1. Constructing a pavement layer composed of a compacted , dense-grad ed mixture of
7 aggregate and asphalt binder for surface or base courses
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. H.M.A.C. MORE THAN 9-INCHES DEEP-
IO When H.M.A.C. greater than 9-inches in depth is encountered, it shall be
11 replaced with a combination of H.M.A.C. and 2:27 concrete base, as
12 determined by the engineer, to achieve the required thickness of pavement.
13 2. ASPHALT DRIVEWAY REPAIR-
14 At locations where H.M.A.C. driveways are encountered, such driveways shall
15 be completely replaced for the full extent of the utility cut with H.M.A.C. equal
16 to or better than the existing driveway.
17 3. 2-INCH TO 9-INCH H.M.A.C. PAVEMENT-
18 These items will include the furnishing and placing ofH.M.A.C. surface course
19 as directed by the engineer.
20 Subsidiary to the H.M.A.C. pavement shall be sawing, removal of asphaltic
2 1 material, gravel and excavation ass shown on the details or as directed by the
22 engineer.
23 The removed surfacing shall be loaded into trucks upon removal and hauled
24 away from the job site as directed by the engineer. In no case shall the
25 removed surface be stockpiled on the job site.
26 The following work method will be performed on each utility cut:
27 a. Place safety signs, barricades and/or other warning devices where
28 necessary and as required.
29 b. The existing asphalt pavement shall be saw cut into a square or
30 rectangular shape and cut side faces vertically. The sawed asphalt
31 pavement shall be a minimum of one foot (l') outside the utility cut
32 area.
33 c. Apply liquid asphalt tack to vertical faces and bottom of excavated
34 area in a uniform manner. Do not puddle tack coat on bottom of utility
35 cut area . Do not apply tack coat to washed rock.
36 d. Place H.M.A.C. surface mix in lifts not to exceed three inches (3"). Last
37 or top lift shall not be less than two inches (2") in thickness.
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATIO N DOCUMENTS
Re vise d Dece m be r 20 , 2012
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
32 12 16 -2
ASPHALT PAVING
Page 2 of26
e. Each lift shall be thoroughly compacted with a plate compactor or
2 portable vibratory roller. Fifteen to twenty passes will be necessary
3 with a vibratory roller and mix temperature above 250° F (121 ° C) to
4 ensure a good compaction. Top lift when compacted shall be
5 approx imately 1/8 inch above surrounding pavement.
6 f. Apply liquid asphalt around edges of patch along cold joints.
7 g. Clean up surrounding area. Do not leave excess fill or excavated
8 material on the pavement.
9 h. Remove safety signs, barricade and/or warning devices after job is
10 complete.
11 Pay ment shall be made at the unit price per Square Yard as shown on the
12 proposal and shall be full compensation for furnishing all labor, materials,
13 equipment, tools and incidentals necessary to complete the work.
14 4. ASPHALT ONLY REPAIRS-UNIT IV-
15 At locations where the Water Department's crews have already saw cut the
16 paving repair edges and installed the applicable base repair (2:27 concrete,
17 reinforced concrete, etc .) the contractor will only be required to install the
18 appropriate thicknes s of the H.M.A.C. All applicable provisions governing the
19 placing ofH.M.A.C. as stated in Deviation 3 of this specification "2-inch to 9-
2 0 inch H.M.A.C. Pavement" shall be followed.
2 1 Payment shall be made at the unit price per Square Yard as shown on the
22 proposal and shall be full compensation for furnishing all labor, materials ,
23 equipment, tool s and incidentals necessary to complete the work.
24 C . R e late d S pec ifi cati on Secti ons in c lud e, but are not n ecessar il y limited to:
25 I. Di v is ion 0 -Bidd ing R equire me nts, Contract F orm s, a nd Conditi ons of the Contract
26 2. Di v isi on I -Ge neral R e qui re me nts
27 3 . Section 32 01 17 -Perm an ent As phalt Pavin g Repair
2 8 1.2 PRICE AND PAYMENT PROCEDURES
29 A. Meas ure ment and P ay m ent
30 1. As ph a lt P aveme nt
31 a. Measure me nt
32 1) M e a sur e me nt for thi s Ite m s ha ll be by the squ are yard of c ompl eted and
33 accepted as pha lt pave me nt in it s fina l po s ition for variou s:
34 a) T hi cknesses
35 b) Types
36 b. Pay ment
37 1) Th e wo rk perform ed and material s furni she d in accordance w ith thi s It em
38 and meas ure d as prov id ed und e r "M eas ure me nt" w ill be paid for at th e uni t
39 pri ce bid pe r
40 c . T he pr ice bid s hall in c lud e:
41 I ) Shaping an d fine g ra din g the pl ace me nt area
42 2) F urni shin g, lo adin g, unl oadin g, storin g, ha uling a nd handling all materi a ls
43 including fr e ight and ro yalty
44 3) Traffic co ntrol for a ll test ing
45 4) As pha lt , aggregate, and a ddi t ive
46 5) Mate ri als and wo rk nee ded for corr ecti ve a cti on
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS
Revised December 20 , 20 12
UT ILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
6) Trial batches
7) Tack coat
8) Removal and/or sweeping excess material
2. H.M.A.C. Transition
a . Measurement
32 12 16 -3
ASPHALT PAVING
Page 3 of26
1) Measurement for this Item shall be by the ton of composite Hot Mix
Asphalt required for H.M.A .C. Transition.
b. Payment
1) The work performed and material s furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per ton of Hot Mix Asphalt.
c. The price bid shall include:
1) Shaping and fine grading the roadbed
2) Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
3) Traffic control for all testing
4) Asphalt, aggregate , and additive
5) Materials and work needed for corrective action
6) Trial batches
7) Tack coat
8) Removal and /or sweeping excess material
3. Asphalt Base Course
a . Measurement
1) Measurement for this Item shall be by the square yard of Asphalt Base
Course completed and accepted in it s final position for:
a) Various thicknesses
b) Various types
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square yard of Asphalt Base Course.
c. The price bid shall include:
1) Shaping and fine grading the roadbed
2) Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
3) Traffic control for all testing
4) Asphalt, aggregate, and additive
5) Materials and work needed for corrective action
6) Trial batches
7) Tack coat
8) Removal and/or sweeping excess material
4. H.M.A.C. Pavement Level Up
a. Measurement
1) Measurement for this Item shall be by the ton of H.M.A.C. completed and
accepted in its final position.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per ton ofH.M.A.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIF ICATION DOCUMENTS
Revised December 20 , 2012
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-0 I 2023
c. The price bid shall include:
2 I) Shaping and fine grading the roadbed
32 12 16 - 4
AS PHALT PAVIN G
Page 4 of26
3 2) Furnishing, lo ading, unloading, storing, hauling and handling all materials
4 including freight and royalty
5 3) Traffic control for all testing
6 4) Asphalt, aggregate, and additive
7 5) Materials and work needed for corrective action
8 6) Trial batches
9 7) Tack coat
IO 8) Removal and/or sweeping excess material
11 5. H.M .A .C . Speed Cushion
I 2 a. Measurement
13 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion
14 installed.
I 5 b. Payment
16 1) The work performed and materials furnished in accordance with this Item
17 and measured as provided under "Measurement" wi ll be paid for at the unit
18 price bid per each H.M.A.C. Speed Cushion installed and accepted in its
19 final position.
20 c. The price bid shall include:
2 I 1) Shaping and fine grading the roadbed
22 2) Furnishing, loading, unloading, storing, hauling and handling all materials
23 including freight and royalty
24 3) Traffic control for a ll testing
25 4) Asphalt, aggregate, and additive
26 5) Materials and work needed for corrective action
27 6) Trial batches
28 7) Tack coat
29 8) Removal and/or sweepin g excess material
30 1.3 REFERENCES
31 A. Abbrev iations and Acronyms
32 1. RAP (reclaimed asphalt pavement)
33 2. SAC (surface aggregate c lassification)
34 3. BRSQC (Bituminous Rated Source Quality Catalog)
35 4. AQMP (Aggregate Quality Monitoring Program)
36 5. H.M.A.C. (Hot Mix Asphalt Concrete)
37 6. WMA (Warm Mix Asphalt)
38 B . Reference Standards
39 1. Reference standards cited in this specification refer to the current reference standard
40 published at the time of the latest revision date logged at the end of this
41 specification , unless a date is specifically cited.
42 2 . National Institute of Standards and Technology (NIST)
43 a. Handbook 44 -2007 Edition: Specifications, Tolerances, and Other Technical
44 Requirements for Weighing and Measuring Devices
45 3. ASTM International (ASTM):
C ITY OF FORT WORTH
ST AND ARD CO N STRU CTION SPEC IFI C ATIO N DO CU MENTS
Revi sed December 20 , 2012
UTILITY C UT REPAIR
CONTRACT I 2023
Ci ty Project No . UC-0 I 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
32 12 16 -5
ASPH ALT P AV ING
Pag e 5 of26
a. ASTM D6084 -06 Standard Test Method for Elastic Recovery of Bituminous
Materials by Ductilometer
4. American Association of State Highway and Transportation Officials
a. MP2 Standard Specification for Superpave Volumetric Mix Design
b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt
(HMA)
c. T 201 , Kinematic Viscosity of Asphalts (Bitumens)
d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary
Viscometer
e . T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder
Using Rotational Viscometer
f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt
Binder Using the Bending Beam Rheometer (BBR)
5 . Texas Department of Transportation
a . Bituminous Rated Source Qual ity Catalog (BRSQC)
b. TEX 100-E, Surveying and Sampling Soils for Highways
c. Tex 106-E, Calculating the Plasticity Index of Soi ls
d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils
e. Tex 200 -F, Sieve Analysis of Fine and Coarse Aggregates
f. Tex 203-F , Sand Equivalent Test
g. Tex-204-F , Design of Bituminous Mixtures
h . Tex-207-F, Determining Density of Compacted Bituminous Mixtures
1. Tex 217-F, Determin ing Deleterious Material and Decantation Test for Coarse
Aggregates
J. Tex-226-F , Indirect Tensile Strength Test
k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures
I. Tex-243-F , Tack Coat Adhesion
m . Tex-244-F, Thermal profile of Hot Mix Asphalt
n. Tex 280-F , Determination of Flat and Elongated Particles
o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates
(Decantation Test for Concrete Aggregates)
p. Tex 408-A , Organic Impurities in Fine Aggregate for Concrete
q. Tex 410 -A , Abrasion of Coarse Aggregate using the Los Angeles Machine
r. Tex 411 -A , Soundness of Aggregate by Using Sodium Sulfate or Magnesium
s . Tex 460-A, Determining Crushed Face Particle Count
t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion
u. Sulfate
v . Tex-530-C, Effect of Water on Bituminous Paving Mixtures
w. Tex-540-C , Measurement of Polymer Separation on Heating in Modified
Asphalt Systems
x . Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders
y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales
z. Tex-921 -K, Verifying the Accuracy of Hot Mix P lant Asphalt Meters
aa. Tex 923-K , Verifying the Accuracy of Liquid Additive Metering Systems
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SP EC IFI CATIO N DO C UMEN TS
Revi sed December 20 , 20 I 2
UTILITY C UT REPAIR
CONTRACT I 2023
C ity Project No . UC-01 2023
32 12 16-6
AS PH ALT PAV ING
Page 6 of26
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 ACTION SUBMITTALS [NOT USED]
3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
4 A. A s phalt Paving Mix Design: Submit for approval. See 2.2.B.1.
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 FIELD CONDITIONS
10 A. Weather Conditions
11 1. Place mi xture when the roadway surface temperature is equal to or higher than the
12 temperatures listed in Table I .
13
14
15
16
17
18
19
20
21
22
23
24
25
Table 1
m1mum p avemen t S f T ur ace t empera ures
Minimum Pavement Surface Temperatures in
De2rees Fahrenheit
Originally Specified High Subsurface Layers or Surface Layers Placed in
Temperature Binder Night Paving Operations Daylight Operations
Grade
PG64 or lower 45 50
PG70 55 1 60 1
PG 76 or higher 60 1 60 1
'-Contractors may pave at temperatures I 0 °F lower than the values shown in Table 1
when utilizing a paving process including WMA or equipment that eliminates thermal
segregation . In such cases , the contractor must use either a hand held thermal camera
or a hand he ld infrared thermometer operated in accordance with Tex-244-F to
de mon strate to the satisfaction of the City that the uncompacted mat has no more than
10 ° F of thermal segregation.
2 . Unless otherwise shown on the Drawings, place mixtures only when weather
conditions and moisture conditions of the roadway surface are suitable in the
opinion of the City.
C ITY OF FORT WORTH
STANDARD CONSTR UCTION SPECIF ICATION DOCU MENTS
Rev ised Decembe r 20 , 20 12
UT ILI TY CUT REP AIR
CONTRACT I 202 3
City Proj ect No . UC-0 I 202 3
1.12 WARRANTY [NOT USED]
2 PART2-PRODUCTS
3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
4 2.2 MATERIALS
5 A. General
32 12 16-7
ASPHAL T PAVIN G
Page 7 of 26
6 1. Furnish uncontaminated materials ofunjform quality that meet the requirements of
7 the Drawings and specifications.
8 2. Notify the City of all material sources.
9 3. Notify the City before changing any material source or formulation.
10 4. When the Contractor makes a source or formulation change, the City will verify
11 that the requirements of this specification are met and may require a new laboratory
12 mixture design , trial batch, or both.
13 5. The City may sample and test project materials at any time during the project to
14 verify compliance.
15 6. The depth of the compacted lift should be at least 2 times the nominal maximum
16 aggregate size.
17 B . Aggregate
18 1 . General
19 a . Furnish aggregates from sources that conform to the requirements shown in
20 Table 1, and as specified in this Section , unless otherwise shown on the
21 Drawings.
22 b. Provide aggregate stockpiles that meet the definition in this Section for either
23 coarse aggregate or fine aggregate.
24 c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note , provide
25 RAP stockpiles in accordance with this Section.
26 d . Aggregate from RAP is not required to meet Table 2 requirements unless
27 otherwise shown on the Drawings.
28 e. Supply mechanically crushed gravel or stone aggregates that meet the
29 definitions in Tex 100 E.
30 f. Samples must be from materials produced for the project.
31 g. The City will establish the surface aggregate classification (SAC) and perform
32 Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests.
33 h. Perform all other aggregate quality tests listed in Table 2.
34 i. Document all test results on the mixture design report.
35 j . The City may perform tests on independent or split samples to verify
36 Contractor test results.
37 k . Stockpile aggregates for each source and type separately and designate for the
38 City.
39 I. Determine aggregate gradations for mixture design and production testing
40 based on the washed sieve analysis given in Tex 200 F, Part II.
41
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPEClFICATION DO C UME NTS
Re v ised December 20, 2012
UTILITY C UT REPAIR
CONTRACT I 2023
City Project No . UC-01 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Table 2
A!!!!regate Qua li ty Req uirements
Property Test Method
Coarse A!!!!regate
SAC AQMP
Deleterious material , percent, max Tex-217-F, Part I
Decantation, percent, max Tex-217-F, Part II
Micro-Deval abrasion, percent, max Tex-461-A
Los Angeles abrasion , percent, max Tex-410-A
Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A
Coarse aggregate angularity , 2 crushed faces, Tex 460-A, Part I percent, min
Flat and elongated particles (a), 5: 1, percent, max Tex-280-F
Fine Al!l!regate
Linear shrinkage , percent, max Tex-107-E
Combined A!!!!regate
Sand equivalent, percent, min Tex-203-F
32 121 6-8
ASPH ALT PAVfNG
Page 8 of26
Requirement
As shown on
Drawings
1.5
1.5
Note 1
40
302
85 3
10
3
45
1. Not used for acceptance purpose s . Used by the City as an indicator of the need for further inve stigation.
2. Unless otherwise shown on the Drawings.
3 . Unle ss otherwi se shown on the Drawing s. Onl y appli es to cru shed gravel.
m. Coarse Aggregate
1) Coarse aggregate stockpiles must have no more than 20 percent material
passing the No. 8 sieve.
2) Maximum aggregate size should not be over half of the proposed lift depth
to prevent particle on particle contact issues.
3) Provide aggregates from sources listed in the BRSQC.
4) Provide aggregate from unlisted sources only when tested by the City
and/or approved before use .
5) Allow 30 calendar days for the City to sample, test, and report results for
unlisted sources.
6) Class B aggregate meeting all other requirements in Tab le 2 may be
blended with a Class A aggregate in order to meet requirements for Class A
materials.
7) When blending Class A and B aggregates to meet a Class A requirement,
ensure that at least 50 percent by weight of the material retained on the
No. 4 sieve comes from the Class A aggregate source.
8) Blend by volume if the bulk specific gravities of the Class A and B
aggregates differ by more than 0.300.
9) When blending, do not use Class C or D aggregates.
10) For blending purposes, coarse aggregate from RAP will be cons idered as
Class B aggregate .
11) Provide coarse aggregate with at least the minimum SAC shown on the
Drawings.
12) SAC requirements apply only to aggregates used on the surface of travel
lanes, unless otherwise shown on the Drawings.
n. RAP is salvaged, milled , pulverized, broken, or crushed asphalt pavement.
1) No RAP permitted for TYPED H.M.A .C.
C ITY OF FORT WORTH UTILITY C UT REPAIR
CONTRACT I 2023
City Project No . UC-01 2023
ST AND ARD CONSTRUC TION SPECrFIC A TION DOCUMENTS
Revi se d December 20 , 2012
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
o.
32 12 16 -9
ASPHALT PAVING
Page 9 of26
2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise
shown on the Drawings .
3) Crush or break RAP so that 100 percent of the particles pass the 2 inch
sieve.
4) RAP from either Contractor or City, including RAP generated during the
project, is permitted only when shown on the Drawings.
5) City-owned RAP, if allowed for use , will be available at the location
shown on the Drawings.
6) When RAP is used , determine asphalt content and gradation for mixture
design purposes.
7) Perform other tests on RAP when shown on the Drawings.
8) When RAP is a llowed by plan note, use no more than 30 percent RAP in
Type A or B mixtures unless otherwise shown on the Drawings.
9) Do not use RAP contaminated with dirt or other objectionable materials.
10) Do not use the RAP if the decantation value exceeds 5 percent and the
p lasticity index is greater than 8.
11) Test the stockpiled RAP for decantation in accordance with the laboratory
method given in Tex-406 -A, Part I.
12) Determine the plasticity index using Tex-106-E if the decantation value
exceeds 5 percent.
13) The decantation and plasticity index requirements do not apply to RAP
samples with asphalt removed by extraction.
14) Do not intermingle Contractor-owned RAP stockpiles with City-owned
RAP stockpiles.
15) Remove unused Contractor-owned RAP material from the project site upon
completion of the project.
16) Return unused City-owned RAP to the designated stockpile location .
Fine Aggregate
1) Fine aggregates consist of manufactured sands, screenings, and field sands.
2) Fine aggregate stockpiles must meet the gradation requirements in Table 3.
3) Supply fine aggregates that are free from organic impurities.
4) The City may test the fine aggregate in accordance with Tex-408-A to
verify the material is free from organic impurities.
5) At most 15 percent of the total aggregate may be field sand or other
uncrushed fine aggregate.
6) With the exception of field sand , use fine aggregate from coarse aggregate
sources that meet the requirements shown in Table 2, unless otherwise
approved.
7) If IO percent or more of the stockpile is retained on the No. 4 sieve, test the
stockpile and verify that it meets the requirements in Table 1 for coarse
aggregate angularity (Tex-460-A) and flat and elongated particles
(Tex-280-F).
C ITY OF FORT WORTH UTILITY CUT REP AIR
CONTRACT I 2023
City Project No . UC-01 2023
STANDARD CONSTRUCTION SPECfFIC ATION DOCUMENTS
Revi sed December 20, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
G d f R ra a 10n
Sieve Size
3/8"
#8
#200
2. Mineral F ill er
Table 3
eqmremen s or me t f F" A 2:2:regate
percent Passing by Weight or
Volume
100
70-100
0-30
32 12 16 -10
ASPHALT PAVING
Pa ge 10 of26
a. Mineral filler consists of finely divided mineral matter s u ch as agricultura l
lime , cru sher fines, hydrated lim e, cement, or fly ash.
b. Mineral filler is allowed unless otherwise show n on the Draw in gs.
c. Do not use more than 2 percent hydrated lim e or cement, unless otherw ise
shown on the Drawings. The Drawings may require or disallow specific
min eral fillers. When use d, provide mineral fill er that:
1) Is sufficie ntl y dry, free -fl owing, and free from clumps and foreign matter;
2) Does not exceed 3 percent lin ear shrinkage when tested in accordance with
Tex-10 7-E; and meets the gradatio n requirements in Tab le 4.
Table 4
G d f R ra a 10n eqmremen s or mera t f M . I F"II 1 er
percent Passing by Weight or
Sieve S ize Volume
#8 100
#2 00 55 -100
3. Baghouse Fines
a. F in es collected by the baghouse or other dust-collecting e quipment may be
reintroduced into the mi xing drum
4. Aspha lt Binder
a. F urni sh the type and grade of performance-graded (PG) asp halt binder spec ifi e d
as follows:
1) Performance-Graded Binde rs (PG Binders)
a) Must be smooth and h omogeneo us
b) Show no separation when tested in accordance with Tex-540-C
c) Meet Tab le 5 requirements
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed De cember 20, 20 12
UTILITY CUT RE PAIR
CONTRACT I 2023
C ity Proj ec t No. UC -0 I 2023
PG 58
Property and Test Method -22 I -28 I -34
Average 7-day max pave ment design
temperature, °C 1 < 58
>-I ;; I >-
M in pavement desi gn temperature, °C 1 22 34
F las h point, T 48 , Min , °C
Viscosity, T 316:2• 3
Max, 3.0 Paxs, test temperature , °C
Dynamic shear, T 3 15 :4
G*/sin(d), M in , 1.00 kPa
Test temperature @ l 0 rad /sec ., °C 58
E lastic recovery, D 6084 , 50 °F, percent I -I 30 Mi n -
Table 5
Performance-Graded Binders
Performance Grade
PG64 PG70
-16 I -22 I -28 I -34 -1 6 I -22 I -28 I -34
<64 <70
>-I ;; I ;; I ;~ >-I ;; I ;; I >-
16 16 34
ORIGI NAL BINDER
2 30
13 5
64 70
-I -I 30 I 50 -I 30 I 50 I 60
ROLLING THIN-FILM OVEN (Tex-541 -C)
Mass loss , Tex-541 -C, Max, percent
Dynamic shear, T 3 15:
G*/sin(d), M in , 2.20 kPa 58
Test temperature @ 10 rad /sec ., °C
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS
Revi sed December 20 , 2012
64
I
70
UT ILITY CUT REPAJR
CONTRACT 1 2023
City Project No. UC -0 1 2023
PG76
-16 I -22 I -2 8 I -34
<76
>-I ;; I ;; I >-
16 34
76
30 I 50 I 60 I 70
76
32 12 16 -11
ASPHALT PAYIN G
Page 11 of26
PG82
-16 I -22 I -28
< 82
>-I ;; I >-
16 28
82
50 I 60 I 70
82
Property a nd Test Method -22
PAV ag in g te mp eratu re , °C
Dynam ic shear, T 3 15: 25
G*/si n(d), Max, 5000 kPa
Test temperature @ I O rad /sec., °C
Cree p st iffness, T 3 13 :5· 6 -12
S, max, 300 MPa,
m-va lue , mi n, 0.300
Test temperature ~ 60 sec ., °C
Di rect te ns io n, T 314:6 -12
Failure strai n, m in , 1.0 perce nt
Test te m pe rature@ 1.0 mm/min ., °C
Tabl e 5 (c ontinu ed)
Performance-Grad ed Binde rs
Pe rforman ce Grade
PG 58 PG 64 PG70 I
-28 -34 -1 6 -22 -28 -34 -16 -22 -28 -34 I -16
PRESSU RE AG ING VESSEL (PAV) RESID UE (R 28)
100
22 19 28 25 22 19 28 25 22 19 28
-18 -24 -6 -1 2 -1 8 -24 -6 -1 2 -18 -24 -6
-1 8 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6
PG 76
-22 -28
25 22
-12 -18
-1 2 -18
32 12 16 -12
ASPHALT PAYING
Page 12 of26
PG 82
-34 -16 -22
19 28 25
-24 -6 -12
-24 -6 -12
-28
22
-18
-18
I . Pavement temperatures are estimated from a ir temperatures usmg an algonthm contained m a Department-supplied computer program, may be provided by the Department, or by followmg the procedures
out lined in AASHTO MP 2 and PP 28 .
2. This requ irement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed , and compacted at temperatures that meet all applicable
safety, environmental, and constructabi li ty requirements. At test temperatures where the binder is a Newton ian flu id , any su itable standard means of viscosity measurement may be used, includin g cap illary
(T 20 I or T 202) or rotational viscometry (T 316).
3 . Viscosity at 135 °C is an indicator of mi xi ng and compaction temperatures that can be expected in the lab and field . High values may indicate high mixing an d compaction temperatures. Additionally,
significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore respons ible for
addressing any constructability issues that may arise .
4 . For quality control of unmodified aspha lt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements ofG*/sin (d) at test
temperatures where the asphalt is a Newtonian fluid . Any suitable standard means of viscosity measurement may be used , including capillary (T 20 I or T 202) or rotational viscometry (T 316).
5 . Silicone beam mo lds, as desc ribed in AASHTO TP 1-93, are acceptable for use .
6 . If creep stiffness is below 300 MPa, direct tension te st is not required. If creep stiffne ss is between 300 and 600 MPa, the direct tension failure strain requirement can be used in stead of the creep stiffness
requirement. Them-value requirement must be satisfied in both cases.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICA T!ON DOCUMENTS
Rev ised December 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
b. Separation testing is not required if:
32 121 6-13
ASPHALT PAV[NG
Page I 3 of26
1) A modifier is introduced separately at the mix plant either by injection in
the asphalt lin e or mixer,
2) The binder is blended on site in continuously agitated tanks, or binder
acceptance is based on field samples taken from an in-line sampling port at
the hot mix plant after the addition of modifiers.
5. Tack Coat
a. Unless otherwise shown on the Drawings or approved, furnish CSS-IH, SS-IH,
or a PG binder with a minimum high-temperature grade of PG 58 for tack coat
binder in accordance with Section 2.2.A.5.
6. Additives
a. General
I) When shown on the Drawings, use the type and rate of additive specified.
2) Other additives that faci litate mixing or improve the quality of the mixture
may be allowed when approved.
b. Liquid Antistripping Agent
1) Furnish and incorporate all required asphalt antistripping agents in asphalt
concrete paving mixtures and asphalt-stabilized base mixtures to meet
moisture resistance testing requirements.
2) Provide a liquid antistripping agent that is uniform and shows no evidence
of crystallization, sett lin g, or separation.
3) Ensure that all liquid antistripping agents arrive in:
a) Properly labeled and unopened containers, as shipped from the
manufacturer, or
b) Sealed tank trucks with an invoice to show contents and quantities
c) Provide product information to the City including:
(I) Material safety data sheet
(2) Specific gravity of the agent at the manufacturer's recommended
addition temperature,
(3) Manufacturer's recommended dosage range , and
( 4) Handling and storage instructions
4) Addition of lim e or a liquid antistripping agent at the Mix Plant,
incorporate into the binder as follows:
a) Handle in accordance with the manufacturer's recommendations.
b) Add at the manufacturer 's recommended addition temperature.
c) Add into the asphalt line by means of an in-line-metering device.
c. Liquid Asphalt Additive Meters
1) Provide a means to check the accuracy of meter output for asphalt primer,
fluxing material , and liquid addit iv es.
2) Furnish a meter that reads in increments of 0.1 gal. or less.
3) Verify accuracy of the meter in accordance with Tex-923-K.
4) Ensure the accuracy of the meter within 5.0 percent.
7. Mixes
a. Design Requirements
I) Un less otherwise shown on the Drawings, use the typical weight design
example given in Tex-204-F, Part I, to design a mixture meeting the
requirements listed in Table s 2 through 8.
C ITY OF FO RT WORTH
ST AND ARD CON STRUCTION SPECIFICATION DOCUME NTS
Revi sed December 20, 20 12
UTILITY C UT REPAIR
CONTRACT I 2023
Ci ty Project No . UC-01 2023
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
32 12 16 -14
ASPH ALT P AVING
Page 14 of26
2) Furni sh th e City with represe ntati ve sample s of a ll materi a ls use d in th e
mi xture des ign.
3) The City will verify the mixture desi gn.
4) If the des ign cannot be ve r ified by the City, furni sh another mixture design .
Table 6
Master Gradation Bands ( percent Passing by Weight or Volume)
an dVl t·p f o ume nc roper 1es
Sieve B C D
Size Fine Coarse Fine
Base Surface Surface
1-1/2" ---
111 98.0-100.0 --
3/4" 84.0-98.0 95.0-100.0 -
1/2" --98 .0-100 .0
3/8" 60 .0-80.0 70.0-85 .0 85.0-100 .0
#4 40.0-60.0 43.0-63 .0 50.0-70 .0
#8 29 .0-43 .0 32 .0-44 .0 35.0-46 .0
#30 13 .0-28.0 14.0-28.0 15.0-29 .0
#50 6.0-20.0 7.0-21.0 7.0-20 .0
#200 2.0-7.0 2.0-7.0 2.0-7 .0
Design VMA1, percent Minim u m
-13 .0 14.0 15.0
Plant-Produced VMA, percent Minimum
-12 .0 13.0 14.0
I. Void s in Mine ra l Aggregates.
Table 7
Lb t a ora ory M. t D 1x ure est!! n p f roper 1es
Property Test Requirement Method
Target laboratory-molded density , percent Te x-207-F 96.0 1
Tensile strength (dry), psi (molded to 93 Tex-226-F 85 -200 2
percent ±1 percent density)
Boil test 3 Tex-530-C -
1. U nl ess oth erwise shown o n th e Drawings .
2 . May exceed 200 ps i wh en approved and may be waive d when appro ved.
3 . Use d to est abli sh base lin e for compari son to produ ction results . May be waive d wh en
a ppro ve d .
8 . Warm Mix Asphalt (WMA)
a. WMA is defined as additives or proces ses that allow a reduction in the
temperature at which as phalt mixture s are produced and placed.
b. WMA is allowed for use at the Contractor's option unless otherwise shown on
the Drawings .
c. Produce an asphalt mi xture w ithin the temperature range of215 degrees F and
275 degrees F .
C ITY OF FO RT WORTH
ST AND ARD CONSTRUCTI ON SP ECIF ICATION DOCUMENT S
Rev ised Dec em ber 20 , 20 12
UTILITY CUT RE PAIR
CONTRAC T I 2023
C ity Project No. UC-0 I 202 3
32 1216-15
ASPHALT PAVTNG
Page 15 of26
d. When WMA is not required by Drawings , produce an asphalt mixture within
the temperature range of215 degrees F and 275 degrees F .
4 2.3 ACCESS ORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 -EXECUTION
7 3.1 INSTALLERS [NOT USED]
8 3.2 EXAMINATION [NOT USED]
9 3.3 PREPARATION
10 A. Hauling Operations
11 I. Before use, clean all truck beds to ensure mixture is not contaminated.
12 2. When a release agent is necessary to coat truck beds, use a rel ease agent approved
13 by the City.
14 3 . Petroleum based products , such as diesel fuel , should not be used .
15 4. If wind , rain, temperature or haul distance impacts cooling, insulate truck bed s or
16 cover the truck bed with tarpaulin.
17 5 . If hau l time in project is to be greater than 30 minutes , insulate truck beds or cover
18 the truck bed with tarpaulin.
19 3.4 INSTALLATION
20 A. E quipment
2 1 1. General
22 a. Provide required or necessary equipment to produce, haul , place, compact, and
23 core asphalt concrete pavement.
24 b . E nsure weighing and measuring equipment complies with specification.
25 c. Synchronize equipment to produce a mixture meeting the required proportions.
26 2 . Production Equipment
27 a. Provide:
28 1) Drum-mix type, weigh-batch, or modified weigh-batch mixing plants that
29 ensure a uniform , continuous production
30 2) Automatic proportioning and measuring devices with interlock cut-off
31 circuits that stop operations if the control system malfunctions
32 3) Visible readouts indicating the weight or volume of asphalt and aggregate
33 proportions
34 4) Safe and accurate means to take required samples by ins pection forces
35 5) Permanent means to check the output of metering devices and to perform
36 calibration and weight checks
37 6) Additive-feed systems to ensure a uniform, continuous material flow in the
38 desired proportion
39 3. Weigh ing and Measuring E quipment
40 a . General
41 1) Provide weighing and measuring equipment for materials measured or
42 proportioned by we ight or vo lume .
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATIO N DOCUMENTS
Revised De cember 20 , 20 12
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
4 .
32 12 16 -16
AS PHALT PAVIN G
Page 16 of 26
2) Provide certified scales, scale installations , and measuring equipment
meeting the requirements of NIST Handbook 44, except that the required
accuracy must be 0.4 percent of the material being weighed or measured .
3) Furnish leak-free weighing containers large enough to hold a complete
batch of the material being measured.
b. Truck Scales
I) Furnish platform truck scales capable of weighing the ent ire truck or truck-
trailer combination in a single draft.
c. Aggregate Batching Scales
1) Equip scales used for weighing aggregate with a quick adjustment at zero
that provides for any change in tare.
2) Provide a visual means that indicates the required weight for each
aggregate.
d. Suspended Hopper
I) Provide a means for the addition or the removal of small amounts of
material to adjust the quantity to the exact weight per batch.
2) Ensure the scale equipment is level.
e. Belt Scales
I) Use belt scales for proportioning aggregate that are accurate to within 1.0
percent based on the average of 3 test runs, where no individual test run
exceeds 2.0 percent when checked in accordance with Tex-920-K.
f. Asphalt Material Meter
1) Provide an asphalt material meter with an automatic digital display of the
volume or weight of asphalt material.
2) Verify the accuracy of the meter in accordance with Tex-921 -K.
3) When using the asphalt meter for payment purposes, ensure the accuracy of
the meter is within 0.4 percent.
4) When used to measure component materials only and not for payment,
ensure the accuracy of the meter is within 1.0 percent.
g. Liquid Asphalt Additive Meters
1) Provide a means to check the accuracy of meter output for asphalt primer,
fluxing material, and liquid additives.
2) Furnish a meter that reads in increments of 0.1 gallon or less.
3) Verify accuracy of the meter in accordance with Tex-923-K.
4) Ensure the accuracy of the meter within 5.0 percent.
Drum-Mix Plants . Provide a mixing plant that complies with the requirements
be low.
a. Aggregate Feed System
I) Provide :
a) A minimum of I cold aggregate bin for each stockpile of individual
materials used to produce the mix
b) Bins designed to prevent overflow of material
c) Scalping screens or other approved methods to remove any oversized
material, roots, or other objectionable materials
d) A feed system to ensure a uniform , continuous material flow in the
desired proportion to the dryer
e) An integrated means for moisture compensation
f) Belt scales , weigh box, or other approved devices to measure the
weight of the combined aggregate
C IT Y OF FORT WORTH UTILITY C UT REPAIR
CONTRACT I 2023
City Proj ect No. UC-0 I 2023
STANDARD C ON STRU CTION SP EC IFI C ATIO N DOC UME NTS
Revi sed December 20 , 20 12
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5.
32121 6 -17
ASPHALTPAVfNG
Page 17 of 26
g) Cold aggregate bin flow indicators that automatically signal interrupted
material flow
b. Reclaimed Asphalt Pavement (RAP) Feed System
1) Provide a separate system to weigh and feed RAP into the hot mix plant.
c . Mineral Fi ll er Feed System
1) Provide a closed system for mineral filler that maintains a constant supp ly
w ith minimal loss of material through the exhaust system .
2) Interlock the measuring d ev ic e into the automatic pl ant controls to
automaticall y adj ust the supply of mineral filler to plant production and
provide a consistent percentage to the mixture.
d. Heating, Drying, and Mixing Systems
1) Provide:
a) A dryer or mixing system to agitate the aggregate during heating
b) A heating system that contro ls the temperature during production to
prevent aggregate and asphalt binder damage
c) A heating system that completely burns fuel and leaves no residue
d) A recording thermometer that contin uou sly measures and records the
mixture discharge temperature
e) Dust collecti on system to collect excess dust escaping from the drum.
e. Asphalt Binder Equipment
1) Supply equipment to heat binder to the required temperature.
2) Eq uip the heating apparatus with a continuous ly recording thermometer
lo cated at the highest temperature point.
3) Produce a 24 hour chart of the recorded temperature.
4) Place a device with automatic temperature compensation that accurately
meters the binder in the li ne leading to the mixer.
5) Furnish a samplin g port on the lin e between the storage tank and mixer.
Supp ly an additional sampl ing port between any additive bl ending device
and mixer.
f. Mixture Storage and Discharge
1) Provide a surge-storage system to minimize interruptions during operations
unl ess otherwise approved .
2) Furni sh a gob hopper or other device to minimize segregati on in the bin.
3) Provide an automated system that weighs the mixture upon discharge and
produces a ticket showing:
a) Date
b) Project identification number
c) Plant identification
d) Mix ident ific atio n
e) Vehicle identification
f) Total weight of the load
g) Tare weight of the vehicl e
h) Weight of mixture in eac h lo a d
i) Load number or sequential ticket number for the day
g . Truck Scales
1) Provide standard platform scales at an approved location .
Weigh-Batch Plants. Provide a mixing plant that complies w ith Section 2.2.B.4
"Drum-Mi x Plants," except as required below:
a. Screening and Proportioning
C ITY OF FORT WORTH UT ILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
STANDARD CONSTRUCTIO N SP EC IFICATION DO CUMENTS
Re vised December 20, 20 12
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
3212 16 -1 8
ASPHALT PAVING
Page 18 of26
1) Provide enough hot bins to separate the aggregate and to control
proportioning of the mixture type specified .
a) Supply bins that discard excessive and oversized material through
overflow chutes.
b) Provide safe access for inspectors to obtain samples from the hot bin s.
b. Aggregate Weigh Box and Batching Scales
1) Provide a weigh box and batching scales to hold and weigh a comp lete
batch of aggregate.
2) Provide an automatic proportioning system with low bin indicators that
automatically stop when material level in any bin is not sufficient to
complete the batch .
c. Asphalt Binder Measuring System
1) Provide bucket and scales of sufficient capacity to hold and weigh binder
for 1 batch.
d. Mixer
1) Equipment mixers with an adjustable automatic timer that controls the dry
and wet mixing period and locks the discharge doors for the required
mixing period
2) Furnish a pug mill with a mixing chamber large enough to prevent spillage.
6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section
2.2 .B.5. "Weigh-Batch Plants," except as specifically described below.
a. Aggregate Feeds
1) Aggregate control is required at the cold feeds. Hot bin screens are not
required .
b. Surge Bins
1) Provide 1 or more bins large enough to produce 1 complete batch of
mixture.
c. Hauling Equipment
1) Provide trucks with enclosed sides to prevent asphalt mixture loss.
2) Cover each load of mixture with waterproof tarpaulins .
3) Before use, clean all truck beds to ensure the mixture is not contaminated.
4) When necessary , coat the inside truck beds with an approved release agent
from the City .
d . Placement and Compaction Equipment
1) Provide equipment that does not damage underlying pavement.
2) Comply with laws and regulations concerning overweight vehicles.
3) When permitted , other equipment that will consistently produce satisfactory
results may be used.
7. Asphalt Paver
a. General
1) Furnjsh a paver that will produce a finished surface that meets longitudinal
and transverse profile , typical section, and placement requirements .
2) Ensure the paver does not support the weight of any portion of hauling
equipment other than the connection .
3) Provide loading equipment that doe s not transmit vibrations or other
motions to the paver that adversely affect the finished pavement quality.
4) Equip the paver with an automatic, dual , longitudinal-grade control system
and an automatic, transverse-grade control system.
b . Tractor Unjt
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOC UME NTS
Revised December 20, 2012
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No . UC-01 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3 5
36
37
3 8
39
40
41
42
43
44
45
46
47
48
49
321216 -1 9
ASPHALT PAVING
Pa ge 19 of26
1) Supply a tractor unit that can push or propel vehicles , dumping directl y into
the finishing machine to obtain the des ired lines and grades to eliminate any
hand finishin g.
2) Equip the unit with a hitch sufficient to maintain contact between the
haulin g equipment's rear wheels and the fini shing machine's pusher roll ers
while mi xture is unloaded.
c. Screed
1) Provide a heated compacting screed that will produce a finished surface
that meets lon g itudinal and tran sve rse profile, typical section, and
placement requirements.
2) Screed extensions must provide the same compacting action and h eating as
the main unit unle ss otherwise approved.
d. Grade Reference
1) Provide a grade reference with enough support that the maximum
deflection does not exceed 1/16 inch between supports.
2) E nsure that the longitudinal controls can operate from any longitudinal
grade reference includin g a string line , ski, mobile string line , or matchin g
shoes.
3) Furnish paver skis or mobile string line at least 40 feet long unle ss
otherwise approved.
8. Materi a l Transfer Dev ice s
a. Provide the s pecifi ed type of device when s hown on the Drawings.
b . E nsure the devices provide a continuous, uniform mixture flow to the asphalt
paver.
c. When used , provide windrow pick-up equipment constructed to pick up
s ubstantially all roadway mixture placed in the windrow.
9. Remixing Equipment
a. When required, provide equipment that includes a pug mill , variable pitch
augers, or variable diameter augers operating under a storage unit with a
minimum capacity of 8 tons.
10. Motor Grader
a. When allowed, provide a self-propelled grader with a blade length of at least 12
feet and a wheelbase of at least 16 feet.
11 . Handheld Infrared Thermometer
a. Provide a handheld infrared thermometer meetin g the requirements of
Tex-244-F .
12. Rollers
a. The Contractor may use any type of roller to meet the production rate s and
quality requirements of the Contract unless otherwise shown on the Drawings
or directed .
b. When specific types of equipment are required , use equipment that meets the
specified requirements.
c. Alternate Equipment
1) Instead of the specified equipment, the Contractor may , as approved,
operate other compaction equipment that produces equivalent results.
2) Discontinue the use of the alternate equipment and furnish the specified
equipment if the desired results are not achieved .
d. City may require Contractor to substitute equipment if production rate and
quality requirements of the Contract are not met.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 20 12
UTILITY CUT REPA IR
CONTRACT I 2023
City Project No. UC-01 2023
32 12 16 -20
ASPHALT PAY [NG
Page 20 of26
13 . Straightedges and Templates. Furnish 10 foot straighted ges and other templates as
2 required or approved.
3 14 . Distributor vehicles
4 a. Furnish vehicle that can achieve a uniform tack coat placement.
5 b. The nozzle patterns , spray bar height and distribution pressure must work
6 to gether to produce uniform application.
7 c. The vehicle should be set to provide a "double lap " or "triple lap " coverage.
8 d . Nozzle spray patterns should be identical to one another along the distributor
9 spray bar.
10 e. Spray bar he ight shou ld remain constant.
11 f. Press ure within the di stributor must be capable of forcing the tack coat material
12 out of spray nozzles at a constant rate.
13 15. Corin g E quipment
14 a. When coring is required, provide equipment s uit ab le to obtain a pavement
15 s pecimen meeting the dimensions for testing.
16 B. Co nstruction
17 1. D es ign , produce, store, transport, place, and compact the specified pavin g mi xture
18 in accordance with the requirements of thi s Section.
19 2 . Unless otherwise shown on the Drawings, provide the mix design .
20 3. The City will perform quality assurance (QA) testing.
2 1 4. Provide quality control (QC) testing as needed to meet the requirements of this
22 Section.
23 C. Production Operations
24 1. General
25 a. The City may suspend production for noncompliance with this Section .
26 b . Take corrective action and obta in approval to proceed after any production
27 suspension for noncompliance.
28 2. Operational Tolerances
29 a. Stop production if testing indicates tolerances are exceeded on any of the
30 following:
3 1 1) 3 consecutive tests on any individual sieve
32 2) 4 consec uti ve tests on any of the sieves
33 3) 2 consecutive tests on asphalt content
34 b. Begin production only when t est results or other informat ion indicate, to the
35 satisfaction of the City, that the ne xt mixture produced w ill be within Table 9
36 tolerances.
37 3. Storage and Heating of Materials
38 a. Do not heat the asphalt binder above the temperatures specifie d in Section
39 2.2.A. or outside the manufacturer 's recommended values .
40 b. On a daily basi s, provide the City with the record s of asphalt binder and hot-
41 mi x asp ha lt discharge temperatures in accordance with Table 10.
42 c. Unless otherwise approved, do not store mi xture for a period long enough to
43 affect the quality of the mixture, nor in any case longer than 12 hours.
44 4 . Mixing and Discharge of Material s
45 a. Notify the City of the target di scharge temperature and produce the mixture
46 within 25 degrees F of the targe t.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC[FICA TION DOCUMENTS
Revi sed December 20, 20 I 2
UTILITY CUT REPAlR
CONTRACT I 2023
City Proj ect No. UC-0 I 202 3
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
D.
32 12 16-2 1
ASPH AL T P AV CNG
Page 21 o f26
b. Monitor the temperature of the material in the truck before shipping to ensure
that it does not exceed 350 degrees F. The City will not pay for or allow
placement of any mixture produced at more than 350 degrees F.
c. Control the mixing time and temperature so that substantially all moisture is
removed from the mixture before discharging from the plant.
Placement Operations
1. Place the mixture to meet the typical section requirements and produce a smooth,
finished surface or base course with a uniform appearance and texture.
2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches.
3 . Place mixture so longitudinal joints on the surface course coincide with lane lines,
or as directed. Ensure that all finished surfaces will drain properly.
4. When End Dump Trucks are used, ensure the bed does not contact the paver when
raised .
5. Placement can be performed by hand in situations where the paver cannot place it
adequately due to space restrictions.
6 . Hand-placing should be minimized to prevent aggreg ate segregation and surface
texture issues.
7 . All hand placement shall be checked with a straightedge or template before rolling
to ensure uniformity.
8. Place mixture within the compacted lift thickness shown in Table 9 , unless
otherwise shown on the Drawings or otherwise directed.
Table 9
C ompacte dL"fTh"k dR I t IC ness an . dC eqmre ore H. ht e1~
Compacted Lift Thickness
Mixture Type Minimum Maximum
(in.) (in.)
B 2.00 3.00
C 2.00 2.50
D 1.50 2.00
9. Tack Coat
a. Clean the surface before placing the tack coat. Unless otherwise approved ,
apply tack coat uniformly at the rate directed by the City.
b. The City will set the rate between 0 .04 and 0.10 gallons of residual asphalt per
square yard of surface area.
c. Apply a thin , uniform tack coat to all contact surfaces of curbs , structures, and
all joints.
d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal
beam guard fence and structures.
e. Roll the tack coat with a pneumatic-tire roller when directed.
f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive
properties.
g. The City may suspend paving operations until there is adequate adhesion.
h. The tack coat should be placed with enough time to break or set before
applying hot mix asphalt layers .
1. Traffic should not be allowed on tack coats.
C ITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
STANDARD CONSTRUC TIO N SPECIFIC ATION DOC UMENTS
Revi se d Dec ember 20, 20 12
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
E.
F.
32 121 6 -22
ASPHALT PAVIN G
Page 22 of 26
j. Wh en a tacked road surface must be opened to traffic, they s ho uld be covered
with sand to provid e fr iction and prevent pi ck-up .
k. A typ ical rate for app lying a sand cover is 4 to 8 lb s/s quare yard.
10 . General placement requirements
a . Material should be delivered to maintain a relativel y constant head of material
in front of the screed.
b. The hopp e r shou ld never be allowed to empty dur in g pavin g.
c. Dumping wings betwee n trucks not allowed. Di s po se of at end of days
production.
Lay-Down Operation
1. Minimum Mi xture Place ment Temperatures. Use Table 10 for m inimum mi xtu re
placement temperatures .
2. Windrow Operat ions . When hot mix is placed in windrows, operate windrow
pickup eq uipm ent so that substantiall y all the mi xture deposited on the roadbed is
picked up and loaded into the pave r.
Table 10
s U!!!!C Ste dM". m1mum M" PI 1xture acemen tT t empera ure
High-Tern perature Minimum Placement
Temperature Binder Grade (Before Entering Paver)
PG 64 or lower 260 °F
PG 70 270°F
PG76 280 °F
PG 82 or hi gher 290 °F
Co mpaction
1. Use a ir vo id contro l unle ss ordinary compaction contro l is specified on th e
Drawings.
2. Avoid di s placement of the mi xture . If displacement occ urs , correct to the
satisfaction of the City.
3. E ns ure pavement is fully compacted before a llowing rollers to stand on the
pavement.
4. Unless otherwise directed , use onl y water or an approved release agent on rollers ,
tamps , and other compaction equipment.
5 . Keep di esel, gaso line, oil, grease, and other foreign matter off the mixture .
6. Unless otherwise directed , operate vibratory rollers in static mode when not
compacting, when changin g directions, or when the plan depth of the pavement mat
is le ss than 1-1/2 inche s.
7. Use tamps to thoroughl y compact the edges of the pavement a long curbs, headers,
and simi lar structures and in locations that will not a ll ow thorough compaction with
the rollers.
8 . T he City may req uire rolling with a trench roller on widened areas , in trenches, and
in other limited areas.
9. Allow the compacted pavement to cool to 160 degree s For lower before opening to
traffic unless otherwise directed.
C ITY OF FORT WORTH UTILITY CUT REP AIR
CONTRACT I 2023
City Project No. UC-0 1 2023
ST AND ARD CONSTRU CTION SP EC IFI CATION DO CUMENTS
Revi sed December 20, 20 12
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
321216-23
ASPHALTPAV[NG
Page 23 of 26
10. When directed, sprinkle the finished mat with water or limewater to expedite
opening the roadway to traffic.
11. Air Void Control
a . General
1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9
percent in-place air voids.
2) Do not increase the asphalt content of the mixture to reduce pavement air
voids.
b. Rollers
1) Furnish the type , size, and number of rollers required for compaction, as
approved.
2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on
the Drawings.
3) Use additional rollers as required to remove any roller marks.
c. Air Void Determination
1) Unless otherwise shown on the Drawings , obtain 2 roadway specimens at
each lo cation se lected by the City for in-place air void determination.
2) The City will measure a ir voids in accordance with Tex-207-F and
Tex-227-F.
3) Before drying to a constant weight, cores may be predried using a Core lok
or s imil ar vacuum device to remove excess moisture.
4) The City will use the average air void content of the 2 cores to calculate the
in-place air voids at the selected lo cation .
d. Air Voids Out of Range
1) If the in-pl ace air vo id content in the compacted mixture is below 5 percent
or greater than 9 percent, change the production and placement operations
to bring the in-place air void content within requirements.
e. Test Section
1) Construct a test sect ion of 1 lane-w idth and at most 0.2 miles in length to
demonstrate that compaction to between 5 percent and 9 percent in-place
air voids can be obtained.
2) Continue this procedure until a test section w ith 5 percent to 9 percent in-
place air voids can be produced.
3) The City will a ll ow only 2 test sections per day.
4) When a test section producing sat isfactory in-place air void content is
placed , resume full production.
12. Ordinary Compaction Control
a. Furnish the type, size, and number of rollers required for compaction, as
approved. Furnish at least 1 medium pneumatic-tire roller (minimum 12-ton
weight).
b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling
patterns that achieve maximum compaction.
c . Fo llo w the se lected rolling pattern unl ess changes that affect compaction occur
in the mixture or placement conditions.
d. When such changes occur, establish a new rolling pattern.
e. Compact the pavement to meet the requirements of the Drawings and
specifications.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS
Revi sed December 20 , 2012
UTILITY CUT REP AIR
CONTRACT I 2023
City Project No . UC-0 I 2023
32 12 16-24
ASPHALT PAVING
Page 24 of26
2
3
f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling
the joint with the adjace nt pave ment and then continue by rolling longitudinally
at the sides.
4 g. Proceed toward the center of the pavement, overlapping on successive trips by
5 at least 1 ft., unless otherwise directed.
6 h. Make alternate trips of the roller slightly different in length .
7 1. On superelevated curves, begin rolling at the low side and progress toward the
8 high side unless otherwise directed.
9 G. Irreg ularities
10 1. Identify and correct irregularities including, but not limited to segregation, rutting,
11 raveling, flushing , fat spots, mat slippage, irregular color, irregular texture, roller
12 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate
13 particles.
14 2. The City may also identify irregularities , and in such cases, the City shall promptly
15 notify the Contractor.
16 3. If the City determines that the irregularity will adversely affect pavement
17 performance, the City may require the Contractor to remove and replace (at the
18 Contractor's expense) areas of the pavement that contain the irregularities and areas
19 where the mixture does not bond to the existing pavement.
20 4. If irregularities are detected, the City may require the Contractor to immediately
21 suspend operations or may allow the Contractor to continue operations for no more
22 than 1 day while the Contractor is taking appropriate corrective action.
23 5. The City may s us pend production or placement operations until the problem is
24 corrected.
25 6. At the expense of the Contractor and to the satisfaction of the City, remove and
26 replace any mixture that does not bond to the existing pavement or that has other
27 surface irregularities identified above.
28 3.5 REP AIR
29 A. SeeSection320117.
30 3.6 QUALITY CONTROL
31 A. Production Testing
32 1. Perform production tests to verify asphalt paving meets the performance standard
33 required in the Drawings and specifications.
34 2. City to measure density of asphalt paving with nuclear gauge.
35 3. City to core asphalt paving from the normal thickness of section once acceptable
36 density achieved. City identifies location of cores .
37 a. Minimum core diameter: 4 inches
38 b . Minimum spacing: 200 feet
39 c. Minimum of 1 core every block
40 d . Alternate lanes between core
41 4. City to use cores to determine pavement thickness and calculate theoretical density.
42 a. City to perform theoretical density test a minimum of 1 per day per street.
43 B . Density Test
44 1. The average me as ured density of asphalt paving must meet specified density.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC IFI CATIO N DOCUMENTS
Revised Dece mber 20 , 20 12
UTILITY CUT REPAIR
CONTRACT 1 2023
C ity Proj ec t No. UC-01 2023
2
3
4
32 12 16 -25
A SPH ALT PAVING
Page 2 5 o f26
2. Average of me asurements per street not meeting the minimum specified strength
shall be subject to the money penalties or removal and replacement at the
Contractor's expense as show in Table 11.
5 Table 11
6 Density Payment Schedule
Percent Rice Percent of Contract Price Allowed
89 and lower remove and replace at the entire cost and expense of Contractor as
directed by City .
90 75-percent
91-93 100-percent
94 90-percent
95 75-percent
Over 95 remove and replace at the entire cost and expense of Contractor as
directed by City.
7
8 3. The amount of penalty shall be deducted from payment due to Contractor.
9 4. These requirements are in addition to the requirements of Article 1.2.
10 C. Pavement Thickness Test
11 1. City measure each core thickness by averaging at least 3 measurements.
12 2. The number of tests and location shall be at the discretion of the City, unless
13 otherwise specified in the special provisions or on the Drawings.
14 3. In the event a deficiency in the thickness of pavement is revealed during production
15 testing, subsequent tests necessary to isolate the deficiency shall be at the
16 Contractor's expense.
17 4 . The cost for additional coring test shall be at the same rate charged by commercial
I 8 laboratories.
19
20
21
5. Where the average thickness of pavement in the area found to be deficient, payment
shall be made at an adjusted price as specified in Table 12.
C ITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC lFIC ATION DOCUMENTS
Revi sed December 20, 2012
UTILITY C UT REPAIR
CONTRACT 1 2023
C ity Project No . UC-01 2023
Table 12
2 1c ness e 1c1encv Th " k D fi . ena 1es P If
D efi c ie ncy in Thi c kn ess
D ete rmin ed by Cores
G reate r Than 0 pe rcent -Not More th an 10 pe rc e nt
G re ater Tha n l 0 pe rcent -Not M o re th an 15 pe rcent
Greate r T han 15 pe rcent
3
32 12 16 -26
ASPHALT PAVfN G
Page 26 of26
Proportiona l Part
Of Contract Price
90 pe rcent
80 pe rcent
re move and re pl ace a t
th e entire cost and
expe nse o f Contractor
as directe d by C ity.
4 6 . If, in the judgment of the Ci ty, th e area of s uch defici ency warrants remova l, the
5 area s ha ll be re mo ve d and re pl ace d , at th e C ontra ctor's e ntire expe nse, w ith as ph a lt
6 pav in g of the thickness s ho wn on th e D rawings.
7 7 . No addi t ional pay ment over the c ontract unit price shall be ma de fo r any pav em e nt
8 of a thickness exceedin g tha t re quired by th e Drawings .
9 3.7 FIELD QUALITY CONTROL [NOT USED]
IO 3.8 SYSTEM STARTUP [NOT USED]
11 3.9 ADJUSTING [NOT USED]
12 3.10 CLEANING [NOT USED]
13 3.11 CLOSEOUT ACTIVITIES [NOT USED]
14 3.12 PROTECTION [NOT USED]
15 3.13 MAINTENANCE [NOT USED]
16 3.14 ATTACHMENTS [NOT USED]
17 END OF SECTION
18
R evi s io n Lo g
D ATE NAME SUMMARY OF CHANGE
12/20/201 2 D. John so n 1.2.A -Mod ifi ed items to be in clud ed in pri ce bid
19
CITY OF FORT WORTH
STANDARD CON STRUCTION S PECrF ICA TION DOCUMENTS
Re vised December 20 , 20 12
UTILI TY CUT REPAIR
CONTRACT I 2023
City Proj ect No . UC-0 1 2023
SECTION 32 13 13
32 13 I 3 -I
CONC RETE PAVING
Page I o f 23
2 CONCRETE PAVING
3 PART 1 -GENERAL
4 1.1 SUMMARY
5 A.Section include s:
6 1. Finished pavem e nt constructed of Portland cement concrete including
7 monolithically poured curb on the pre pared s ub grade or other base course .
8 B.Dev iat ions from this City of Fort Worth Standard Specification
1. Quick-Set Concrete-
In high traffic areas where the utility cut repair must be returned to service sooner
than a normal cure time will allow, the contractor as directed by the engineer shall use
concrete admixtures as outlined in this specification Part 2-Products; 2.2 Materials;
D. Admixtures or ready made mixes such as " Rapid Set" concrete mix or approved
equal. Any and all materials used shall conform to the above mentioned specification.
Payment for quick set concrete shall be made at the unit price per bid Cubic Yards as
shown on the proposal and shall be full compensation for furnishing all labor,
materials, equipment, tools and incidentals necessary to complete the work.
2. Limits of Concrete Pavement Repair-
The following criteria will be used to determine the limits of concrete pavement repair
for this contract:
a. The minim um size of repair for concrete shall be 5' x 5'.
b. Whenever the limits of the repair are eight feet (8') or less from an adjacent joint
of any type, the replacement shall be extended to that joint.
c. Dummy joints shall be sawed across any panel where the construction joint
intersects the panel and a joint does not exist. All new joints (construction or
dummy) shall be parallel with existing joints.
d. Depending on the existing longitudinal joint spacing and the limits of the damaged
pavement, the contractor may be required to extend the replacement to the
halfway point of the panel. The determination shall be made by the inspector on a
case by case basis in order to assure uniform joint spacing.
Payment for all concrete pavement repairs shall be made at the unit price bid per Square Yard
as shown in the proposal and shall be full compensation for furnishing all labor, material s,
equipment, tools and incidentals necessary to complete the work. However, payment for
sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item.
9 C.Related Specification Sections in c lude , but are not necessaril y limited to:
10 1. Division O -Procurement and Contracting Requirements
11 2. Di v is ion 1 -General Requirements
12 3. Section 32 01 29 -Concrete Paving Rep a ir
13 4. Section 32 13 73 -Concrete Paving Joint Sealants
14
15
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEClFICATION DOC UMENTS
Revi sed June I 0 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A.Measurement
18 1. Measurement
3213 13-2
CONCRETE PAYIN G
Page 2 of23
19 a. Measurement for this Item shall be by the square yard of completed and
20 accepted Concrete Pavement in its final position as measured from back of curb
21 for various:
22 1) Classes
23 2) Thicknesses
24 2. Payment
25 a. The work performed and materials furnished in accordance with thjs Item will
26 be paid for at the unit price bid per square yard of Concrete Pavement.
27 3. The price bid shall include:
28 a . Shaping and fine grading the placement area
29 b. Furnishing and applying all water required
30 c. Furnishing, loading and unloading, storing, hauling and handling all concrete
31 ingredients including all freight and royalty involved
32 d . Mixing, placing, finishing and curing all concrete
33 e . Furnishing and installing all reinforcing stee l
34 f. Furnishing all materials and placing lon gitudinal, warping, expansion , and
35 contraction joints, includ ing all steel dowels , dowel caps and load transmission
36 units required, wire and device s for placing, holding and supporting the steel
37 bar, load transmission units , and joint filler material in the proper position; for
38 coating steel bars where required by the Drawings
39 g . Sealingjoints
40 h . Monolithically poured curb
41 i. Cleanup
C IT Y OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed June I 0, 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
32 1313-3
CONCRETE PAVING
Page 3 of23
1.3 REFERENCES
A.Reference Standards
1. Reference standards cited in thi s specification refer to the current reference standard
published at the time of th e late st revision date logged at the end of this
spec ification, unle ss a date is s pecifically cited .
2. ASTM Internationa l (ASTM):
a. A6 l 5/ A6 l 5M, Deformed and Plain Billet-Steel Bars for Concrete
Reinforcement
b . C3 l, Standard Practi ce for Making and Curing Concrete Test Specimens in the
Field
C. C33, Concrete Aggregates
d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens
e. C42, Standard Test M ethod for Obtaining and Testing Drilled Cores a nd Sawed
Beams of Concrete
f. C94/C94M, Standard Specifications for R eady-Mixed Concrete
g . C 150, Portland Cement
h . C595, Portland-Limestone Cement
i. C 156, Standard Test Method for Water Loss (from a mortar specimen) Through
Liquid Membrane-Forming Curing Compounds for Concrete
j . C 172, Standard Practice for Sampling Freshly Mixed Concrete
k. C260, Air Entraining Admixtures for Concrete
I. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2
m. C494, Chemical Admixtures for Concrete, Types "A", "D ", "F" and "G"
n . C6 l 8, Coal Fly Ash and Raw or Calcin e d Natural Pozzolan for use as a Mineral
Admixture in Concrete
0. C88 l, Standard Specification for E poxy-Resin-Base Bonding Systems for
Concrete
p. Cl064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-
Cement Concrete
q . Cl 602, Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete.
r. D698 , Laboratory Compaction Characteristi cs of Soil Using Standard Effort
(12,400 ft-lbf/ft3)
3. American Concrete Institute (ACI):
a. ACI 305.1-14 Specification for Hot Weather Concreting
b. ACI 306.1-90, Standard Specification for Cold Weather Concreting
c. ACI 318 , Building Code Requirements for Structural Concrete and Commentary
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMA TIONAL SUBMITTALS
A. Mix Design: submit for approval. See Item 2.4.A.
CITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
ST AND ARD CONSTRUCTI ON SPECIFICATIO N DOCUMENTS
Revi sed June I 0, 2022
1.7 CLOSEOUT SUBMITTALS [NOT USED]
2 1.8 MAINTENANCE MATE RIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT USED]
4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USE D]
5 1.11 FIELD CONDITIONS
6 A .W eather Conditions
3213 13-4
CONCRETE PA VlNG
Page4 of23
7 I . Place concrete when concrete temperature is between 40°F and 95°F when
8 measured in accordance w ith ASTM CI 064 at point of placement.
9 2. Hot Weathe r Concreti ng
IO a. Concrete paving operations shall be approved by the City project manager or
11 designee w hen the co ncrete temperature exceeds 95°F.
12 b . Concrete shall not be placed when concrete temperature is above 100 °F under
13 any circumstances.
14 3. Co ld Weather Concreti ng
15 a . No concrete s hall be placed when ambient temp in shade and away from
16 artificial heat is below 40 °F and falli ng. Concrete may be placed when ambient
17 temp is above 35°F and rising. Unless the City project manager or de signee
18 approves paving to continue, suspend concreting operations if a descending air
19 temperature in the shade and away from artific ia l heat fall s below 40 °F. Do not
20 resume concreting operations until an asce nding air temperat ure in the s hade and
2 1 away from artificial heat reaches 35 °F a nd rising. Contractor should take all the
22 precautions necessary to prevent freezing of concrete. Frozen concrete must be
23 removed and replaced .
24 4 . It is to be distinctly understood that the contractor is responsible for the quality and
25 strength of t he concrete placed under any weather conditions.
26 B. T ime: Place concrete after sunrise and no later than shall permit the finishin g of the
27 pavement in natural li ght, or as directed by the City .
28 1.12 WARRANTY [NOT USED]
29 PART 2 -PRODUCT S
30 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
31 2.2 MATERIALS
32 A .Cementitious Material: ASTM Cl50, ASTM C595 Ty pe IL Cement.
33 B.Aggregates : ASTM C33 .
34 C .Water: ASTM C l 602.
35 D.Admi xt ures: When adm ixture s are used, conform to the appropriate specification :
36 I. A ir-Entrainin g Admixtures for Concrete: ASTM C260.
37 2. C hem ical Admixtures for Concrete: ASTM C494, Types "A", "D ", "F " and "G."
38 3. F ly Ash
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPEC IFI CATION DOCUMENTS
Revised June I 0 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
321313-5
CONC RETE PAYING
Page 5 of23
a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete:
2 ASTMC618.
3 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the
4 specified cement content when such batch design is approved by the Engineer.
5 E. Steel Reinforcement: ASTM A615.
6 F. Steel Wire Reinforcement: Not used for concrete pavement.
7 G .Dowels and Tie Bars
8 1. Dowel and tie bars: ASTM A615.
9 2. Dowel Caps
IO a. Provide and install dowel caps with enough range of movement to allow
11 complete closure of the expansion joint.
12 b. Caps for dowel bars shall be of the length shown on the Drawings and shall have
13 an internal diameter sufficient to permit the cap to freely slip over the bar.
14 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch,
15 and one end of the cap shall be tightly closed.
16 3. Epoxy for Dowel and Tie Bars: ASTM C881.
17 a. See following table for approved producers of epoxies and adhesives
18
Pre-Qualified Producers ofEpoxies and Adhesives
Product Name Producer
Concresive 1420 BASF
HTE-50 Hilti
T308 + Powers Fasteners
PE 1000+ Powers Fasteners
C -6 Ramset-Redhead
Epcon G-5 Ramset-Redhead
Pro-Poxy-300 Fast Tube Unitex
Shep-Poxy Txill CMC Construction Services
Ultrabond 1300 Tubes Adhesives Technology
Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set
Dynapoxy EP-430 Pecora Corp.
EDOT Simpson Strong Tie
ET22 Simpson Strong Tie
SET22 Simpson Strong Tie
SpecPoxy 3000FS SpecChem
19
20 b. Epoxy Use, Storage and Handling
21 1) Package components in airtight containers and protect from light and
22 moisture.
CITY OF FORT WORTH
STANDARD C ON STRUCTION SPECIFICATION DOCUMENTS
Revi sed June I 0 , 2022
UTILITY CUT REPAJR
CONTRACT I 2023
City Project No. UC-0 I 2023
321313-6
CONCRETE PAVING
Page 6 of23
2) Include detailed instructions for the application of the material and all
2 safety information and warnings regarding contact with the components.
3 3) Epoxy label requirements
4 a) Resin or harden er components
5 b) Brand name
6 c) Name of manufacturer
7 d) Lot or batch number
8 e) Temperature range for storage
9 f) Date of manufacture
IO g) Exp iration date
11 h) Quantity contained
12 4) Store epoxy and adhesive components at temperatures recommended by the
13 manufacturer.
14 5) Do not use damaged or previously opened containers and any material that
15 shows evidence of crystallization, lumps skinning, extreme thickening, or
16 settling of pigments that cannot be readily dispersed with normal agitation.
17 6) Follow sound environmental pract ices when disposing of epoxy and
18 adhesive wastes.
19 7) Dispose of all empty containers separately.
20 8) Di spose of epoxy by completely emptying and mixing the epoxy before
21 disposal
22 H .Reinforcement Bar Chairs
23 1. Reinforcement bar chairs or supports shall be of adequate strength to support the
24 reinforcement bars and shall not bend or break under the weight of the
25 reinforcement bars or Contractor's personnel walking on the reinforcing bars.
26 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or
27 plastic.
28 3. For approval of plastic chairs, representative samples of the plastic shall show no
29 visible indications of deterioration after immersion in a 5-percent solution of
30 sod ium hydrox id e for 120-hours.
31 4. Bar chairs may be rejected for failure to meet any of the requirements of this
32 specification.
33 I. Joint Filler
34 1. Joint filler is the material placed in concrete pavement and concrete structures to
35 allow for the expansion and contraction of the concrete.
36 2. Wood Boards : Used as joint filler for concrete paving.
37 a. Boards for expansion joint filler shall be of the required size, shape and type
38 indicated on the Drawings or required in the specifications.
39 1) Boards shall be of selected stock of redwood or cypress. The boards shall
40 be sound heartwood and shall be free from sapwood, knots, clustered
41 birdseyes, checks and splits.
42 2) Joint filler, boards, shall be smooth , flat and straight throughout, and shall
43 be sufficiently rigid to permit ease of installation.
44 3) Boards shall be furnished in len gths equal to the width between
45 longitudina l joints, and may be furnished in strips or scored sheet of the
46 required shape.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECLFICA T!O N DO CUMENTS
Revi sed June I 0, 2022
UTILITY CUT REPAJR
CONTRACT I 2023
City Project No . UC-0 I 2023
32 I 3 13 - 7
CO NC RETE PAVING
Pag e 7 o f 23
3. Dimensions. The thickness of the expansion joint filler shall be shown on the
2 Drawings; the width shall be not less than that shown on the Drawings, providing
3 for the top seal space.
4 4. Rejection. Expansion joint filler may be rejected for fai lure to meet any of the
5 requirements of this specification.
6 J. Joint Sealants . Provide Joint Sealants in accordance with Section 32 13 73 .
7 K.Curing Materials
8 1. Membrane-Forming Compounds .
9 a. Conform to the requirements of ASTM C309, Type 2, white pigmented
1 O compound and be of such nature that it shall not produce permanent
11 discoloration of concrete surfaces nor react deleteriously with the concrete .
12 b. The compound shall produce a firm, continuous uniform moisture-impermeable
13 film free from pinholes and shall adhere satisfactoril y to the surfaces of damp
14 concrete.
15 c . It s hall , when app li ed to the damp concrete surface at the specified rate of
16 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under
17 normal conditions suitable for concrete operations.
18 d. It shall adhere in a tenacious film w ithout running off or appreciably sagging.
19 e. It shall not disintegrate, check, peel or crack during the required curing period.
20 f. The compound shall not peel or pick up under traffic and shall disappear from
21 the surface of the concrete by gradual disintegration.
22 g . The compound shall be delivered to the job site in the manufacturer's original
23 containers only, which shall be c learl y labeled with the manufacturer's name, the
24 trade name of the material and a batch number or symbol with which test
25 samples may be correlated.
26 h. When tested in accordance with ASTM C156 Standard Test Method for Water
27 Loss (from a mortar spec imen ) Through Liquid Membrane-Forming Curing
28 Compounds for Concrete, the liquid membrane-forming compound shall restrict
29 the lo ss of water present in the test s pecimen at the time of app licati on of the
30 curing compound to not more than 0.0 l-oz.-per-2 inches of surface.
31 2.3 ACCESSORIES [NOT USED]
32 2.4 SOURCE QUALITY CONTROL
33 A.Mix Design
34 1. Concrete Mix Design and Contro l
35 a . The City has a pre-approved li st of concrete mix designs . The pre-approved list
36 can be found on the City website under Project Resources Folder. T he se mix
37 designs meet the requirements of applicable City specifications and the
38 Contractor may use mix designs from the li st without the need for review and
39 approval. The contractor shall notify the City in writing which mix in the pre-
40 approved li st the contractor uses for a project.
41 b. For a mix design not included in the pre-approved li st, the Contractor shall
42 submit a design of the concrete mix it proposes to use and a full description of
43 the source of supp ly of each material component at least 10 calendar days prior
44 to the start of concrete paving operations .
45 c. The design of the concrete mix shall produce a quality concrete comp lying with
46 these specifications and shall include the following information:
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFIC ATION DOCUMENTS
Revi sed June I 0, 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3 1
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
2.
3213 13-8
CON CRETE PAVING
Page 8 of 23
1) D es ig n Requirem e nts and D esign Summary
2) M aterial source
3) Dry weight of cement/c ub ic yard and type
4) Dry weight of fly ash/c ubi c yard and type, ifused
5) Saturated s urface dry weight of fine and coarse aggregates/cubic yard
6) Des ig n water/cubic yard
7) Quantities, type , and name of admixtures with manufacturer's data sheets
8) Current strength tests or strength tests in accordance with ACI 3 18
9) Current Sieve Analys is and -200 Decantation of fin e and coarse aggregates
and date of tests
10) F in eness modulu s of fine aggregate
11) Specific Gravity and Absorption Values of fine and coarse aggregates
12) L.A. Abrasion of coarse aggregates
d . Once mi x de s ign approved by City, maintain intent of mix design and
maximum water to cement ratio .
e. No concrete may be placed on the job site until the mix design h as been
approved by the City.
Quality of Concrete
a. Consistency
1) In genera l, the consistency of concrete mixtures shall be such that:
a) Mortar shall cling to the coarse aggregate
b) Aggregate shall not segregate in concrete when it is transported to the
place of deposit
c) Concrete, when dropped directly from the discharge chute of the mixer,
shall flatten out at the center of the pile, but the edges of the pi le shall
stand and not flow
d) Concrete and mortar shall show no free water when removed from the
mixer
e) Concrete shall slide and not flow into place when transported in metal
chutes at an an g le of30 degrees with the horizontal
f) Surface of the finished concrete shall be free from a surface film or
laitance
2) When field conditions are such that addition a l moisture is needed for the
final concrete surface finishing operation , the required water shall be app li ed
to the s urface by hand s prayer only and be held to a minimum amount.
3) The concrete shall be workable, cohesive, posses s satisfactory finishing
qualities and be of the stiffest cons istency that can be placed and vibrated into
a homogeneous mass.
4) Excessive bleeding shall be avoided.
5) If the strength or cons istency required for the c lass of concrete being
produced is not sec ure d w ith the minimum cement s pecified or without
exceeding the max imum water/cement ratio, the Contractor may use, or the
C ity may require , an approved cement dispersing agent (water reducer); or
the Contractor shall furnish additional aggregates , or aggregates with
different characteri stics , or the Contractor may use additional cement in
order to produce the required result s .
6) The additional cement may be permitted as a temporary measure, until
aggregates are changed and designs checked with the different aggregates
or cement dispersing agent.
CITY OF FORT WORTH UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC -0 I 2023
STANDARD CONSTRUCTION S PEC rFICA TION DOCUMENTS
Revised June I 0 , 2022
2
3
4
5
6
7
8
9
10
11
32 13 13 -9
CONCRETE PA YING
Page 9 of23
7) The Contractor is so lely responsi ble for the qua lity of the concrete
produced .
8) The City re se rves the right to independently verify th e quality of the
concrete through in s pection of the batch plant, testing of th e various
materials used in the concrete and by casting and testing concrete cylinders
or be ams on the concrete actually incorporated in the pavem ent.
b . Standard Class
1) Unless otherwise shown on the Drawings or detai led specifications, the
standard class for pavement and related concrete for streets and alleys is
shown in the following table:
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC IFI CATIO N DOCUMENTS
Revised June I 0, 2022
UTlLITY CUT REP AIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
C.
32 13 13 - 10
CO NCRETE PA YING
Page 10 of23
Standard Classes of Pavement and Related Concrete
28Day Course
Minimum Min. Aggregat
Class of Cementitiou Compressi Max. e General Usage Concrete w/cm Maximu
I s ve Ratio (Informational Only)
(Lb. /CY) Strength2 m
Size (Psi) (Inch)
Sidewalks and ADA
A 470 3,000 0.58 1-1 /2 ramps, driveways , curb
& gutter, median
pavement
Inlets , manholes ,
junction boxes ,
CIP 470 3.000 0.50 1-1 /2 encasement, blocking,
collars, light pole
foundations
C 517 3,600 0.45 1-1/2 Headwalls, wingwalls ,
culverts , drilled shafts
p 517 3,600 0.45 1-1/2 Machine placed Paving
H 564 4,500 0.45 1-1/2 Hand Placed Paving
HES 564 4,500 0.45 1-1 /2 HES Paving
Bridge slabs, top slabs of
s 564 4,000 0.45 1-1/2 direct traffic culverts,
aooroach slabs
I. All ex po sed hori zonta l concre te sha ll have a mm1mum of3% entramed-air.
2. Minimum Compress iv e Stre ngth Required .
a) Concrete Sidewalks and Curb & Gutter: Class A
b) Cast-In -Place Concrete Structures: Class CIP and Class C
c) Machine-Laid concrete: Class P
d) Hand-Laid concrete: Class H
e) Structural Concrete: Class S
f) High Early Strength Concrete: Class HES
Slump
(1) When shown on the Drawings or allowed, provide Class HES
concrete for very early opening of pavements area or leave outs to
traffic.
(2) Design class HES to meet the requirements of class specified for
concrete pavement and a minimum compressive strength of2,600
psi in 24 hours , unless other early strength and time requirements
are shown on the Drawings allowed.
1) Slump requirements for pavement and related concrete shall be as specified
in the following table:
Concrete Pavement and Related Concrete Slump Requirements Add classes of
concrete
Recommended Acceptable Design Concrete Use and Placement Placement Slump,
Slump, (Inch)
C ITY OF FORT WORTH UTILITY CUT REPAJR
CONTRACT l 20 23
C ity Proj ec t No. UC-0 1 2023
ST AND ARD CON STRUC TION SP EC IFI C ATIO N DOCUMENTS
Re v ised June l 0, 2022
Slip-Form/Form-Riding Paving
Hand Formed Pavin g
Headwalls, wingwalls, culverts, inlets ,
manhol es, junction boxes, encasement,
blocking , collars , li g ht po le foundations ,
slabs, sidewalk, curb and gutter, concrete
valley gutter and other miscellaneous
concrete
Drilled shafts
1
(Inch)
1-1/2
4
4
6 112
32 13 13 -11
CONCRETE PAVING
Page 11 of23
1 -3
3 -5
3 -5
J 12-/;
2 2) No con crete shall be permitted with slump in excess of the max imums
3 shown.
4 3) Any concrete mix fai ling to meet the above consistency requirements,
5 a lthough meeting the slump requirements , shall be considered unsatisfactory,
6 and the mi x shall be changed to correct such unsatisfactory conditions .
7 PART 3 -EXECUTION
8 3.1 INST ALLERS [NOT USED]
9 3.2 EXAMINATION [NOT USED]
10 3.3 PREPARATION [NOT USED]
11 3.4 INSTALLATION
12 A .Equipment
13 1. All equipment necessary for the construction ofthis item shall be on the project.
14 2 . The equipment s hall include spreading device s (augers), internal vibration,
15 tamping, and surface floating necessary to finish the freshly placed concrete in such
16 a manner as to provide a dense and homogeneous pavement.
17 3. Machine-Laid Concrete Pavement
18 a. Fixed -Form Paver. Fixed-form paving equipment shall be provided with forms
19 that are uniformly supported on a sufficiently firm s ubbase to prevent sagging
20 under the weight of machine.
21 b . Slip-Form Paver
22 I) Slip-form paving equipment shall be provided with traveling s id e forms of
23 sufficient dimens ions, shape and strength so as to s upport the concrete
24 laterally for a sufficient length of time during placement.
25 2) City may reject use of Slip-Form Paver if paver requires over-digging and
26 impacts trees , mailboxes or other improvements.
27 4. Hand-Laid Concrete Pavement
28 a. Machines that do not in corporate these features, such as roller screeds or
29 vibrating screeds, shall be considered tools to be used in hand-laid concrete
30 construction, as slumps, spreading methods , vibration, and other procedures are
31 more common to hand methods than to machine methods.
32 5. City may reject equipment and stop operation if equipment does not meet
33 requirements.
34 B . Concrete Mixing and Delivery
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SP EC fflCA TI ON DOCUMENTS
Revi se d June I 0, 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
1. Transit Batching: shall not be used -onsite mixing not permitted
2 2 . Ready Mixed Concrete
321 313 -12
CONC RET E PAV[NG
Page 12 of23
3 a . The concrete shall be produced in an approved method conforming to the
4 requirements of this specification and ASTM C94 /C94M.
5 b. City shall have access to ready mix plant to obtain material samples .
6 c . When ready-m ix concrete is used , sample concrete per ASTM CI 72 A lternate
7 Procedure 2:
8 I ) As the mixer is being emptied, individual samples shall be taken after the
9 discharge of approximately 10 percent and 90 percent of the load.
10 2) The method of sampling shall provide that the samples are representative of
11 widely separated portions, but not from the very ends of the batch.
12 d . The mixing of each batch , after all materials are in the drum, shall continue until
13 it produces a thoroughly mixed concrete of uniform mass as determined by
14 estab li shed mixer performance ratings and inspection , or appropriate uniformity
15 tests as described in ASTM C94 .
16 e . The entire contents of the drum shall be discharged before any materials are
17 placed therein for the succeeding batch .
18 f. Retempering or remixing shal l not be permitted.
19 3. Delivery
20 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by
21 City to prevent cold joint.
22 4. Delivery Tickets
23 a . For all operations, the manufacturer of the concrete shall , before unloading,
24 furnish to the purchaser w ith each batch of concrete at the s ite a delivery ticket
25 on which is printed, stamped, or written, the following information to determine
26 that the concrete was proportioned in accordance with the approved mix design:
27 1) Name of concrete supplier
28 2) Serial number of ticket
29 3) Date
30 4) Truck number
31 5) Name of purchaser
32 6) Specific designation of job (name and location)
33 7) Specific class, design identification and designation of the concrete in
34 conformance with that employed in job specifications
35 8) Amount of concrete in cubic yards
36 9) Time loaded or of first mixing of cement and aggregates
37 10) Water added by receiver of concrete
38 11) Type a nd amount of adm ixtures
39 C.Subgrade
40 I. When manipulation or treatment ofsubgrade is required on the Drawings, the work
41 shall be performed in proper sequence with the preparation of the subgrade for
42 pavement.
43 2. The roadbed shall be excavated and shaped in conformity with the typical sections
44 and to the lines and grades shown on the Drawings or established by the City.
45 3. All holes, ruts and depressions shall be filled and compacted with suitable material
46 and , ifrequired, the subgrade shall be thoroughly wetted and reshaped.
47 4. Irregularities of more than 1/2 inch ., as shown by straightedge or template, shall be
48 corrected.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPE C [FI C ATION DOC UMENTS
Rev ised June 10, 2022
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No . UC-0 I 2023
32 13 13 -13
CONCRETE PAVlNG
Page 13 of23
5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum
2 density as determined by ASTM D698.
3 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum.
4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the
5 pavement to ensure its being in a firm and moist condition.
6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution
7 of the work.
8 9 . The Contractor shall notify the City at least 24 hours in advance of its intention to
9 place concrete pavement.
10 10. After the specified moisture and density are achieved, the Contractor shall maintain
11 the subgrade moisture and density in accordance with this Section.
12 11. In the event that rain or other conditions may have adverse ly affected the condition
13 of the subgrade or base , additional tests may be required as directed by the City .
14 D.Placing and Removing Forms
15 1. Placing Forms
16 a. Forms for machine-laid concrete
I 7 1) The side forms shall be metal , of approved cross sect ion and bracing, of a
18 height no less than the prescribed edge thickness of the concrete section, and a
I 9 minimum of 10 feet in length for each individual form.
20 2) Forms shall be of amp le strength and staked with adequate number of pins
21 capable of resisting the pressure of concrete placed against them and the
22 thrust and the vibratio n of the construction equipment operating upon them
23 without appreciab le springing, sett lin g or deflection.
24 3) The forms shall be free from warps, bends or kinks and shall show no
25 variation from the true plane for face or top.
26 4) Forms shall be jointed neatly and tightly and set with exactness to the
27 established grade and aligrirnent.
28 5) Forms shall be set to line and grade at least 200 feet, where practicable, in
29 advance of the paving operations.
30 6) In no case shall the base width be less than 8 inches for a form 8 inches or
31 more in height.
32 7) Forms must be in firm contact with the subgrade throughout their length
33 and base width.
34 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes
35 or other additional supports may be necessary to provide the required
36 stab ili ty.
37 b. Forms for hand-laid concrete
38 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2
39 inches in thickness or equivalent when wooden forms are used, or be of a
40 gauge that shall provide equivalent rigidity and strength when metal forms are
41 used.
42 2) For curves with a radius of less than 250 feet, acceptable flexible metal or
43 wood forms shall be used.
44 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line
45 shall be rejected.
46 2. Settling. When forms settle over 1/8 inch under finishing operations , paving
47 operations shall be stopped the forms reset to line and grade and the pavement then
48 brought to the required section and thickness.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June I 0 , 2022
UTILITY CUT REPAJR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
32 13 13 -14
CONCRETE PA YING
Page 14 of23
3. Cleaning. Forms shall be thoroughly cleaned after each use.
2 4. Removal.
3 a. Forms shall remain in place until the concrete has taken its final set.
4 b. A void damage to the edge of the pavement when removing forms.
5 c. Repair damage resulting from form removal and honeycombed areas with a
6 mortar mix within 24 hours after form removal unless otherwise approved .
7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours
8 afte r a bulkhead for a transverse construction joint has been removed unless
9 otherwise approved.
1 0 e . When forms are removed before 72 hours after concrete placement, promptly
11 ap ply membrane curing compound to the edge of the concrete pavement.
12 E. Placing Reinforcing Steel, Tie, and Dowel Bars
13 1. General
14 a. When reinforcing steel tie bars , dow els, etc., are required they shall be placed as
15 shown on the Drawings.
16 b. All reinforcing steel shall be clean, free from rust in the form of loose or
17 objectionable scale, and of the type, s ize and dimensions shown on the
18 Drawings.
19 c. Reinforcing bars shall be securely wired together at the alternate intersections
20 and all splices and shall be securely wired at each intersection dowel and load-
21 transmission unit intersected.
22 d. All bars shall be installed in their required position as shown on the Drawings.
23 e . The storing of reinforcing or structural steel on completed roadway slabs
24 generally shall be avoided and , where permitted, such storage shall be limited to
25 quantities and distribution that shall not induce excessive stresses.
26 2. Splices
27 a. Provide standard reinforcement splices by lapping and tying ends.
28 b . Comply with ACI 318 for minimum lap of spliced bars where not specified on
29 the Drawings.
30 3. Installation of Reinforcin g Steel
31 a. All reinforcing bars and bar mats shall be installed in the slab at the required
32 depth below the finjshed s urface and supported by and securely attached to bar
33 chairs installed on prescribed longitudinal and transverse centers as shown by
34 sectional and detailed drawings on the Drawings.
35 b . Chairs Assembly. The chair assembly shall be similar and equal to that shown
36 on the Drawings and shall be approved by the City prior to extensive fabrication.
37 c. After the reinforcing steel is securely installed above the subgrade as specified
38 in Drawings and as herein prescribed, no loading shall be imposed upon the bar
39 mats or individual bars before or during the placing or finishing of the concrete.
40 4. Installation of Dowel Bars
41 a . In stall through the predrilled joint filler and rigidly support in true horizontal
42 and vertical positions by an assembly of bar chairs and dowel baskets .
43 b . Dowel Baskets
44 1) The dowels shall be held in position exactly parallel to surface and
45 centerline of the s lab , by a dowel basket that is left in the pavement.
46 2) The dowel basket shall hold each dowel in exactly the correct position so
47 firmly that the dowel 's position cannot be altered by concreting operations.
48 c. Dowel Caps
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revi sed June 10 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
32 13 13 -15
CONCRETE PA VrNG
Page 15 of23
1) In stall cap to allow the bar to move not less than 1-1/4 inch in either
2 direction. Grease bar before adding cap to prevent bonding with the concrete.
3 5. Tie Bar and Dowel P lacement
4 a. Place at mid-depth of the pavement slab, parallel to the s urface.
5 b . Place as shown on the Drawings .
6 6 . Epoxy for Tie and Dowel Bar Installation
7 1) Epoxy bars as shown on the Drawings .
8 2) Use only drilling operations that do not damage the surrounding structures.
9 3) Blow out drilled holes with compressed air.
IO 4) Completely fi ll the drilled hole with approved epoxy before in sert ing the tie
I I bar into the hole .
12 5) Install epoxy grout and bar at least 6 inches embedded into concrete .
13 F. Joints
14 1. Joints shall be placed where shown on the Drawings or where directed by the City.
15 2. The plane of all joints shall make a right angle with the surface of the pavement.
16 3. No joints shall have an error in alignment of more than 1/2 inch at any point.
17 4. Joint Dimens ions
18 a. The width of the joint shall be shown on the Drawings, creating the joint
19 sealant reservoir .
20 b . The depth of the joint shall be shown on the Drawings.
21 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
recommendations.
d. After curing, the joint sealant shall be 1/8 inch to 1 /4 inch below the pavement
surface at the center of the joint.
5. Transverse Expansion Joints
a. Expansion joints shall be installed perpendicularly to the surface and to the
centerline of the pavement at the locations shown on the Drawings , or as
approved by the City. Expansion joints shall continue to the farthest outside
edge of paving and adjacent slabs , and should extend through monolithic or
attached curbs so that there is no restriction to the movement of the joint at any
point.
b. Joints shall be of the des ign width, and spacing shown on the Drawings, or as
approved by the City .
c. Dowel bars , shall be of the size and type shown on the Drawings , or as
approved by the City, and shall be installed at the specified spacing .
d . Support dowel bars with dowe l baskets .
e. Dowe ls shall not restrict the free opening and closing of the expansion join and
shall not make planes of weaknesses in the pavement.
f. Grease d Dowels for Expansion Joints.
1) Coat dowels with a thin film of grease or other approved de-bonding
mater ial.
2) Provide dowel caps on the lubricated end of each dowel bar.
g. Proximity to Existing Structures. When the pavement is adjacent to or around
existing structures, expansions joints shall be constructed in accordance with the
details shown on the Drawings .
6. Transverse Contraction Joints
a. Contraction or dummy joints shall be in stalled at the locations and at the
intervals shown on the Drawings.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATIO N DOCUMENTS
Revi se d Jun e I 0 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Proj ec t No. UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
32 13 13 -16
CONCRETE PAVIN G
Page 16 of 23
b. Joints shall be of the des ign width , and spacing shown on the Drawings, or as
approved by the City .
c. Dowel bars , shall be of the si ze and type shown on the Drawings, or as
approved by the City, and shall be installed at the specified spacing.
d. Saw joints in a single cut to the width and depth the plans show. Begin sawing
as soon as the concrete hardens sufficiently to prevent excessive raveling along
the saw cut and finish before conditions induce uncontrolled cracking.
e. The joints shall be constructed by sawing to a 1/4 -inch width and to a depth of
1/4 of the actual pavement thickness, or deeper if so indicated on the Drawings.
f. Complete sawing as soon as possible in hot weather conditions and within a
maximum of24 hours after saw cutting begins under cool weather conditions.
g. If sharp edge joints are being obtained, the sawing process shall be sped up to
the point where some raveling is observed.
h. Damage by blade action to the slab surface and to the concrete immediately
adjacent to the joint shall be minimized.
1. Any portion of the curing membrane which has been disturbed by sawing
operations shall be restored by spraying the areas with additional curing
compound.
7. Tran s verse Construction Joints
a. Construction joints formed at the close of each day's work or when the placing
of concrete has been interrupted for 30-minutes or longer shall be constructed
by use of metal or wooden bulkheads cut true to the section of the finished
pavement and cleaned .
b. Wooden bulkheads shall be constructed using material of a thicknes s not less
than nominal 2 " lumber.
c. Longitudinal bars shall be held securely in place in a plane perpendicular to the
surface and at right angles to the centerline of the pavement.
d. Edges shall be rounded to 1/4-inch radius.
e. Any surplus concrete on the subgrade shall be removed upon the resumption of
the work.
8 . Longitudinal Construction Joints
a. Longitudinal construction joints shall be of the type shown on the Drawings.
9. Joint Filler
a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the
Drawings.
b. Redwood Board joints shall be used for all pavement joints except for
expansion joints that are coincident with a butt joint against existing
pavements.
c. Boards with less than 25-percent of moisture at the time of installation shall be
thoroughly wetted on the job.
d. Green lumber of much higher moisture content is desirable and acceptable.
e. The joint filler shall be appropriately drilled to admit the dowel bars when
required.
f. The bottom edge of the filler shall extend to or slightly below the bottom of the
slab. The top edge shall be held not less than 1/2 inch below the finished
surface of the pavement in order to allow the finishing operations to be
continuous.
C ITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC fFI C ATIO N DOCUMENTS
Revi sed June I 0 , 2022
UT! LITY CUT REP AIR
CO NTRACT I 2023
City Proj ec t No . UC-0 I 2023
2
3
4
5
32 13 13 -17
CONCRETE PAVING
Pag e 17 of23
g. The joint filler may be composed of more than one length of board in the
length of joint, but no board of a length less than 6 foot may be used unless
otherwise shown on the Drawings.
h. After the removal of the side forms, the ends of the joints at the edges of the
slab shall be carefully opened for the entire depth of the slab.
6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details
7 and as specified in Section 32 13 73. Materials shall generally be handled and
8 applied according to the manufacturer's recommendations as specified in Section
9 32 13 73.
1 O G.Placing Concrete
11 1 . Unless otherwise specified in the Drawings, the finished pavement shall be
12 constructed monolithically and constructed by machined laid method unless
13 impractical. The City will make determination of what is practical. The maximum
14 length of concrete lane that can be placed by hand pouring is 50 linear feet.
15 2. The concrete shall be rapidly deposited on the subgrade in successive batches and
16 shall be distributed to the required depth and for the entire width of the pavement
17 by approved methods.
18 3. Any concrete not placed as herein prescribed within the time limits in the following
19 table will be rejected . Time begins when the water is added to the mixer.
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
T empera ure-T" R 1me t eqmremen s
Concrete Temperature Max Time-minutes Max Time -minutes
(at point of placement) (no retarding agent) (with retarding agent)'
Non-Agitated Concrete
All temperatures 45 45
Agitated Concrete
Above 90°F 45 75
Above 75°F thru 90°F 60 90
75 °F and Below 60 120
l Normal dosage of retard er.
4 . Rakes shall not be used in handling concrete.
5. At the end of the day, or in case of unavoidable interruption or delay of more than
30 minutes or longer to prevent cold joints, a transverse construction joint shall be
placed in accordance with 3.4.F.7 of this Section.
6. Honeycombing
a. Special care shall be taken in placing and vibrating the concrete against the
forms and at all joints and assemblies so as to prevent honeycombing Concrete
shall be uniformly consolidated throughout its width and depth , free from honey
combed areas, and has a consistent void-free closed surface.
b. Excessive voids and honeycombing in the edge of the pavement, revealed by the
removal of the side forms , may be cause for rejection of the section of slab in
which the defect occurs.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIO N DOCUMENTS
Revised June I 0 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
H.Finishing
2 1. Machine
3 a . Tolerance Limits
32 13 13 -18
CONCRETE PA YING
Page 18 of23
4 1) While the concrete is still workable, it shall be tested for irregularities with
5 a 10-foot straightedge placed parallel to the centerline of the pavement so as
6 to bridge depressions and to touch all high spots .
7 2) Ordinates measured from the face of the straightedge to the surface of the
8 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of
9 contact.
10 3) In no case shall the maximum ordinate to a IO-foot straightedge be greater
11 than 1/8 inch .
12 4) Any surface not within th e tolerance limits shall be reworked and
13 refinished.
14 b. Edging
15 I) The edges of slabs and all joints requiring edging shall be carefully tooled
16 with an edger of the radius required by the Drawings at the time the concrete
17 begins to take its "set" and becomes non-workable.
18 2) All such work shall be left smooth and true to lines .
19 2 . Hand
20 a. Hand finishing permitted only in intersections and areas inaccessible to a
21 finishing machine .
22 b. When the hand method of striking off and consolidating is permitted , the
23 concrete, as soon as p laced, shall be approximate ly leveled and then struck off
24 with screed bar to such elevation above grade that, when consolidated and
25 finished, the surface of the pavement shall be at the grade elevation shown on
26 the Drawings .
27
28 c. The straightedge and joint finishing shall be as prescribed herein .
29 I. Curing
30 1. The curing of concrete pavement shall be thorough and continuous throughout the
3 1 entire curing period.
32 2. Failure to provide proper curing as herein prescribed shall be considered as
33 sufficient cause for immediate suspension of the paving operations.
34 3. The curing method as herein specified does not preclude the use of any of the other
35 commonly used methods of curing, and the City may approve another method of
36 curing if so requested by the Contractor.
37 4. If any selected method of curing does not afford the desired results , the City shall
38 have the right to order that another method of curing be instituted.
39 5. After removal of the side forms , the sides of the slab shall receive a like coating
40 before earth is banked against them .
41 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner
42 as to cover the entire surfaces thoroughly and completely with a uniform film .
43 7. The rate of application shall be such as to ensure complete coverage and shall not
44 exceed 20-square-yards-per-gallon of curing compound.
45 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free
46 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the
47 curing period .
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIF!CA TION DOCUMENTS
Revised June 10 , 2022
UTlLITY CUT REPAIR
CONTRACT 1 2023
City Project No.UC-01 2023
32 1313 -1 9
CONCRETE PAVING
Page 19 of23
9. Iffor any reason the seal is broken during the curing period, it shall be immediately
2 repaired with additional sealing solution.
3 10. When tested in accordance with ASTM C 156 Standard Test Method for Water Loss
4 (from a mortar specimen) Through Liquid Membrane-Forming Curing Compounds
5 for Concrete, the curing compound shall provide a film which shall have retained
6 within the test specimen a percentage of the moisture present in the specimen when
7 the curing compound was applied according to the following.
8 11 . Contractor shall maintain and properly repair damage to curing materials on
9 exposed surfaces of concrete pavement continuously for a least 72 hours .
10 J. Monolithic Curbs
11 1. Concrete for monolithic curb shall be the same as for the pavement and shall be
12 placed within 20 minutes of the placement of the slab concrete.
13 2. After the concrete has been struck off and sufficiently set, the exposed surfaces
14 shall be thoroug hly worked to achieve an acceptable surface finish.
15 3. The exposed edges shall be rounded by the use of an edging tool to the radius
16 indicated on the Drawings.
17 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface.
18 K.Pavement Leaveouts
I 9 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be
20 provided at lo catio n indicated on the Drawings or a s directed by the City.
21 2. The extent and location of each leaveout required and a suitable crossover
22 connection to provide for traffic movements shall be determined in the field by the
23 City.
24 3.5 REPAIR
25 A.Repair of concrete pavement concrete shall be consistent with the Drawings and as
26 specified in Section 32 01 29.
27 3.6 RE-INSTALLATION [NOT USED]
28 3.7 SITE QUALITY CONTROL
29 A.Concrete Placement
30 I. Place concrete using a fully automated paving machine . Hand paving is only
31 permitted in areas such as intersections where use of paving machine is not
32 practical.
33 a. All concrete pavement not placed by hand shall be placed using a fully
34 automated paving machine as approved by the City .
35 b. Screeds are considered hand placement paving method.
36 B. Testing of Materials
37 1. Samples of all materials for testing shall be provided by the contractor at no
38 expense to the City, unless otherwise specified in the special provisions or in the
39 Drawings.
40 2. In the event the initial sampling and testing does not comply with the specifications,
41 all subsequent testing of the material in order to determine if the material is
42 acceptable shall be at the Contractor's expense at the same rate charged by the
43 commercial laboratories.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June I 0, 2022
UTILITY CUT REPAIR
CONTRACT 1 2023
C ity Project No. UC-0 1 2023
321313-20
CONCRETE PAYING
Page20 of23
3 . All te stin g shall be in accordance with ap pli cable ASTM Standards and concrete
2 tes tin g technician must be ACI certified or equivalent.
3 C.Pavement Thickness Test
4 1. P ave me nt thickness test shall be performed by a commercial testing laboratory
5 approved by the City eve ry 100 feet or fraction thereof in accordance w ith TxDOT
6 D es ignation: Tex-423-A, unle ss othe rwi se shown on the plans . Test locations shall
7 be at the di scretion of the City.
8 2. In th e eve nt a defi c iency in the thickness of pavement is reve aled durin g normal
9 testing operations, core sample s shall be taken at the contractor 's expense to verify
10 deficiency of more than 0.2 in . from plan thickness and to iso late the deficient area.
11 3. Wh e re the average thickness of pave ment in the area found to be deficient in
12 thickness by more than 0 .2 0 inch , but not more than 0 .50-inch , payment shall be
13 made at an adjusted price as s pec ifie d in the following table .
14
Deficien cy in Thickness Proportiona l Part
Determined by Cores Of Contract Price
In che s Allowed
0.00 -0.20 100 percent
0 .21 -0 .30 80 percent
0.3 1 -0.40 70 percent
0.41 -0.50 60 percent
15
16 4. Any area of pavem ent found defi cie nt in thickness by more than 0.50 inch but not
17 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever
18 is greater, s hall be evaluated by the City .
19 5. If, in the judgment of the City the area of such deficiency shou ld not be removed
20 and re placed , there shall be no pay ment for the area retained .
21 6. If, in the judg ment of the City, the area of such deficiency warrants removal, the
22 area shal l be removed and replaced, at the Contractor's entire expense, with
23 concrete of the thickness shown on the Drawings.
24 7. Any area of pavement found deficient in thickness by more than 0 .75 inch or more
25 than 1/10 of the plan thickness, wh ichever is greater, shall be removed and replaced
26 w ith concrete of the thicknes s shown on the Drawings at the Contractor 's so le
27 expense.
28 8. No additional payment over the co ntract unit price shall be made for any pavement
29 of a thickness exceeding that required by the Drawings.
30 D.Pavement Strength Test
3 1 1. During the progress of the work the commercial testing laboratory casts test
32 cy lind ers for conforming to ASTM C3 l , to maintain a check on the compressive
33 strength s of the concrete be in g pl ace d .
CITY OF FORT WORTH
ST AN D ARD CONSTRUCTION SPEC rFI CA TION DOCUMENTS
Revised June I 0 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
32 13 13 -2 1
CONC RETE PA YING
Page 21 of23
2. Test cylinders shall be taken from a representative portion of concrete being placed
for every 150-cubic yards of concrete pavement placed , but in no case shall fewer
than 1 set of cylinders be taken per day of placement. After the cylinders have been
cast, they shall remain on the job site and then transported, moist cured, and tested
in accordance with ASTM C3 l and ASTM C39.
3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete),
two cylinders shall be tested at 28 days (three cylinders for 4 " by 8" cylinders), and
the remaining cylinder shall be retained for testing at 56 days, if necessary.
Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are
acceptable only when the nominal maximum aggregate size of the mix is less than
1-1/4 inch.
4. If the average 28-day test results indicate deficient strength, the Contractor may, at
its option and expense , core the pavement in question and have the cores tested by
an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The
average of all cores must meet 100 percent of the minimum specified strength, with
no individual core resulting in less than 90 percent of design strength, in order to
override the results of the cylinder tests .
5. In the event cylinders and /or cores do not meet minimum specified strength,
additional cores may be taken to identify the limits of deficient concrete pavement
at the expense of the Contractor.
6. Cylinders and/or cores must meet minimum specified strength. Pavement not
meeting the minimum specified strength shall be subject to the money penalties or
removal and placement at the Contractor's expense as shown in the following table.
Percent Deficient Percent of Contract Price Allowed
Greater Than O percent -Not More Than 10 percent 90-percent
Greater Than 10 percent -Not More Than 15 percent SO-percent
Greater Than 15 percent 0-percent or removed and replaced at the entire cost
and expense of Contractor as directed by City
26 7 . Deficiency shall be determined on a panel by panel basis.
27 8. The amount of penalty shall be deducted from payment due to Contractor
28 9. No additional payment over the contract unit price shall be made for any pavement
29 with a strength exceeding that required by the Drawings and/or specifications.
30 E. Cracked Concrete Acceptance Policy
31 1. If cracks exist in concrete pavement upon completion of the project, the Project
32 Inspector shall decide as to the need for action to address the cracking as to its
33 cause and recommended remedial work.
34 2. If the recommended remedial work is routing and sealing of the cracks to protect
35 the subgrade, the Inspector shall make the determination as to whether to rout and
36 seal the cracks at the time of final inspection and acceptance or at any time prior to
37 the end of the project maintenance period. The Contractor shall perform the routing
38 and sealing work as directed by the Project Inspector, at no cost to the City,
39 regardless of the cause of the cracking.
40 3. If remedial work beyond routing and sealing is determined to be necessary, the
41 Inspector and the Contractor shall meet to determine the cause of the cracking.
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DO CUMENTS
Revi sed June 10, 2022
UTILITY CUT REPAIR
CONTRACT 1 2023
City Proj ect No. UC-01 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
321313-22
CO NCRETE PAVING
Page 22 o f23
a. If agreement is reached that the cracking is due to deficient materials or
workmanship, the Contractor s ha ll perform the remedial work at no cost to the
City. Remedial work in thi s case shall be limite d to removing and replacing the
deficient work with new material and workmanship that meets the requirements
of the contract.
b. If the Inspector and the Contractor agree that the cause of the cracking is not
deficient m aterials or workmanship, the City may request the Contractor to
provide an estimate of the cost of the necessary reme dial work and/or additional
work to address the cause of the cracking, and the Contractor will perform that
work at the agreed-upon price if th e City elects to do so.
4. If the In s pector and the Contractor cannot agree on the cause of the cracking, the
City may hire an independent geotec hnical engineer, acceptable to the Contractor,
to perform testing and analysis to determine the cause of the cracking. The
contractor shall pay 50 percent of the costs of the independent testing. Contractor
shall provide one half of th e estimated costs of the independent te sting to be held by
the City.
5. If the ind ependent geotechn ical engineer determines that the primary cause of the
cracking is the Contractor 's defici e nt material or workmanship, the rem e dial work
will be performed at th e Contractor 's e ntire expense and the Contractor will also
reimburse the City for the City's portion of cost of the geotechnical inve stigation.
Remedial work in this case shall be limited to removing and replacing the deficient
work with new material and workmanship that meets the requirements of the
contract.
6. If th e geotechnical engineer determines that the primary cause of th e cracking is not
the Contractor's deficient material or workmanship, the City will return the held
funds to the Contractor. The Contractor, on request, will provide the City an
estimate of the costs of the necessary remedial work and/or additional work and
will perfo rm the work at the agreed-upon price as directed by the City.
29 3.8 SYSTEM STARTUP [NOT USED]
30 3.9 ADJUSTING [NOT USED]
31 3.10 CLEANING [NOT USED]
32 A.No concrete washout, mix, slurry, cuts, mud or solids etc., may enter the storm water
33 system including curb lines. Eq uipm ent washout allowed only in areas shown on
34 drawings and test material s or s lag must be removed from site prior to final acceptance.
35 3.11 CLOSEOUT ACTIVITIES [NOT USED]
36 3.12 PROTECTION [NOT USED]
37 3.13 MAINTENANCE [NOT USED]
38 3.14 ATTACHMENTS [NOT USED]
39
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS
Revised June I 0 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 1 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
D ATE NAME
12/20/20 12
05 /21/2014 Doug Rademake r
Ze la lem
03 /19/202 1 Arega/Do ug
B lack
3/11 /2022 Ze lalem Arega
6/10/2022 MOwen
CITY OF FORT WORTH
END OF SECTION
R evis io n Log
SUMMARY OF CHANGE
1.2.A-Mod ified items to be inc lu ded in p rice bid
32 13 13 -23
CONCRETE PAVING
Page 23 of23
2.2 .D -Mod ified to c lar ify acceptab le fly as h s ubstitutio n in concrete paving
1.11 .A -mo d ified to c larify concrete p lac e ment temperatu re restr iction s
2.4 .A, B , D -to c la ri fy concre te quality contro l process a nd req uireme nts
3.7. C & D -to mod ify and c lar ify the pavemen t strength te st and chan ge in
paveme nt thickness meas urement methodo logy
3.7 .E -Modifi ed to c larify cracked concrete acceptance po licy
1.3.A.h, 2.2 -Adde d ASTM C595, Type IL cement
3.4 G. 1. -C lar ified lang uage re : mach in e laid vs . hand poured
ST AND ARD CONSTRUCTIO N SPECIF ICA T!ON DOCUMENTS
Revi sed J une 10 , 2022
UTI LITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 1 2023
32 91 19 - I
TOPSO IL PLACEMENT AND FINISHING OF PARKWAYS
Page I of3
SECTION 32 9119
2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 1. Section Includes:
6 I . Furnish and place topsoil to a minimum of 3-in ch d e pth unless otherwise s h own on
7 the Drawi ngs within the Roadway Rig ht-of ways (Roadway ROW in c lud es
8 medians a nd parkways between the curb and property lin e.
9 2 . Deviations from thi s City of Fort Worth Standard Specification
1. TOP SOIL-
Where directed by the engineer, top soil shall be applied in accordance with "Top
Soil Placement and Parkway Finishing" (32 9119) except as follows: All labor,
equipment, tools and incidentals shall be included in the Square Yard bid price for
top soil.
10 3. Related Specification Sections include but are not n ecessari ly limite d to
11 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract
12 2. Division 1 -General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 1. Measurement and Payment
15 I . Measurement
16 a. M easurement for thi s Item s hall b e by c ubic yard of Topsoil in pl ace.
17 2. Payment
18 a. The work performed and materials furnis h e d in accordance with this Item and
19 m eas ured as provided under "Measurement" wi ll be paid for at the unit price
2 0 bid per cubic yard of in pl ace/tamped Top soil.
2 1 b. All excavation required by this It em in cut section s shall be meas ured in
22 accordance with prov is ions for the various excavation item s involve d with the
23 prov is ion that excavation will b e m easured and paid for once, regardless of the
24 manipul ations involved.
25 3. The price bid s ha ll include:
26 a . Furnishing Topsoil
27 b . Loading
28 c. Hauling
29 d. Placing
30 1.3 REFERENCES [NOT USED]
3 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
32 1.5 ACTION SUBMITT ALS [NOT USED]
33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
34 1.7 CLOSEOUT SUBMITTALS [NOT USED]
35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOTUSED]
36 1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF JCA TION DOCUMENTS
Revised March 11 , 2022
UTILITY CUT REP AIR
CONTRACT I 2023
City Proj ect No . UC-0 I 2023
32 9 11 9 -2
T OP SO IL PLAC EMENT AND FINI SHING O F PARKWAYS
37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
38 1.11 FIELD [SITE] CONDITIONS [NOT US ED]
1.12 WARRANTY [NOT USED]
2 PART2-PRODUCTS
Page 2 o f3
3 2.1 OWNER-FURNISHED !OR] OWNER-SUPPLIEDPRODUCTS [NOT USED)
4 2.2 MATERIALS
5 1. Topsoil
6 1. Use easi ly cultivated, fertile topsoil that:
7 a. Is free from objectionable material in c luding subsoil, weeds, c lay lumps, non-
8 soil mate ri als, roots , stumps or stones larger than 1.0 in c hes
9 b. Has a high r es istance to eros io n
IO c. Is a bl e to s upport pl ant growth
11 2 . Secure topsoil from approved sources.
12 3. Topso il is subj ect to testing by t h e City. Contrac tor shall have so il delivery tickets
13 availab le upon request.
14 4. pH: 5.5 to 8 .5.
15 5. L iquid Limit : 50 or less
16 6. Plasticity Index : 20 or less
17 7. Gradation : m aximum of IO percent passing No. 200 sieve
18 2. Water: Clean and free of industrial wastes and other s ubstances h a rm fu l to the growth
19 of vegetatio n
20 2.3 ACCESSORIES [NOT USED]
21 2.4 SOURCE QUALITY CONTROL [NOT USED]
22 PART 3 -EXECUTION
23 3.1 INSTALLERS [NOT USED]
24 3.2 PREPARATION [NOT USED]
25 3.4 INSTALLATION
26 1. F ini s hing of Roadway Rig ht-of -Ways
27 1. Smooth ly shape ri ght-of-ways, shou ld ers, s lopes, and ditches.
28 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or
29 adjacent to the roadway.
30 3. In the event that unsuitabl e materi a l for right-of-ways is encountered, extend the
31 d e pth of excavation in the right-of-ways to 6 inches and backfill w ith minimum of 3
32 inches of topsoil.
33 4. Make standard right-of-ways grade perpendicular to and draining to the curb line .
34 a . Minimum: 1/4 inc h p er foot
35 b. Maximum: 4:1
36 c . City may approve variations from these r e quirements in special cases.
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPEC IFI C ATION DOCUMENTS
Revised March I I , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
329119-3
TOPSOIL PLACEMENT AND FIN IS HING OF PARKWAYS
Page 3 of3
37
38
39
5. Whenever t h e adj acent property is lower than the d esign curb grade and runoff
drains away from the street, the right-of-ways grade must be set level w ith the top
of the curb.
6 . T he d es ign grade from the right-of-ways extends to the back of the walk lin e.
2 7. From that point (beh ind the walk), the grade may slope up or down at maximum
3 slope of 4: 1.
4 2. Placing of Topsoi l
5 I. Spread the topsoil to a uniform loose cover at the thickness spec ifi ed.
6 2. Place and s hape the topsoil as directed.
7 a. Hand tamp or roll topsoil surface (with hand tamper or la ndscaping roller or
8 other accepted method) and finish a minimum of 5 feet from all flatwork.
9 b . E n sure topsoil is free from objectionable materia l including subsoil, weeds,
IO clay lump s, non-soil materials, roots, stumps or stones larger than 1.0 inches
11 c. No additional topsoil s h o uld be added within the criti cal root zone of trees.
12 Tamp the topsoil with a li g ht roller or other s ui tabl e equipment.
13 3.5 REP AIR/RESTORATION] [NOT USED]
14 3.6 RE-INSTALLATION [NOT USED]
15 3.7 FIELD QUALITY CONTROL [NOT USED]
16 3.8 SYSTEM STARTUP [NOT USED]
17 3.9 ADJUSTING [NOT USED]
18 3.10 CLEANING [NOT USED]
19 3.11 CLOSEOUT ACTIVITIES [NOT USED]
20 3.12 PROTECTION [NOT USED]
21 3.13 MAINTENANCE [NOT USED]
22 3.14 ATTACHMENTS [NOTUSED]
23 END OF SECTION
24
Revision Log
DATE NAME SUMMARYOFCHANGE
25
3/11 /2022 MOwen Revised title of specification and provided clarifications in Sections 1.1 Summary,
~-2 Materials, 3.4 lnstallation
CITY OF FORT WORTH
ST AND ARD CONSTRUCT ION SPECIF ICATION DOCUMENTS
Revised March I I , 2022
UT[LITY CUT REP AIR
CONTRACT I 2023
City Project No. UC-0 I 2023
3 3 0 5 14 - I
ADJU STING MANHOLES, INLETS , VALV E BO XES, AN D OTH ER STRUC TURES TO GRAD E
Page I of8
SECTION 33 05 14
2 ADJUSTING MANHOLES, INLETS, VAL VE BOXES , AND OTHER STRUCTURES TO
3 GRADE
4 PARTl-GENERAL
5 1.1 SUMMARY
6 A . Section Includes:
7 1. Vertical adjustments to manholes , drop inlets, valve bo xes , cathodic protection test
8 stations and other miscellaneous structures to a new grade
9 B. Deviations from this City of Fort Worth Standard Specification
1 O 1. ADJUST WATER VALVE BOXES, MANHOLES AND VAULTS-
11 Contractor will be responsible for adjusting water valve boxes, manholes and
12 vaults to match new pavement grade. The unit price bid will be full payment
13 for materials including all labor, equipment, tools and incidentals necessary to
14 complete the work.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division O -Bidding Requirements , Contract Forms, and Conditions of the
17 Contract
18 2 . Division 1 -General Requirements
19 3. Section 32 01 17 -Permanent Asphalt paving Repair
20 4. Section 32 01 29 -Concrete Paving Repair
21 5. Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill
22 6. Section 33 05 13 -Frame, Cover and Grade Rings
23 7. Section 33 39 10 -Cast-in-Place Concrete Manholes
24 8 . Section 33 39 20 -Precast Concrete Manholes
25 9. Section 33 12 20 -Resilient Seated (Wedge) Gate Valve
26 10. Section 33 12 21 -AWWA Rubber-Seated Butterfly Valve
27 11. Section 33 04 11 -Corrosion Control Test Station
28 12. Section 33 04 12 -Magnesium Anode Cathodic Protection System
29 1.2 PRICE AND PAYMENT PROCEDURES
30 A. Measurement and Payment
3 I 1. Manhole -Minor Adjustment
32 a. Measurement
33 1) Measurement for this Item shall be per each adjustment using only grade
34 rings or other minor adjustment devices to raise or lower a manhole to a grade
35 as specified on the Drawings.
36 b. Payment
37 1) The work performed and the materials furnished in accordance with this
38 Item will be paid for at the unit price bid per each "Manhole Adjustment,
39 Minor" completed .
C ITY OF FORT WO RTH
STAN DARD CO N STRUCTION SPEC IFI C ATIO N DOCUMENTS
Revi sed March 11 , 2022
UTILITY C UT RE PAIR
CONTRACT I 2023
C ity Project No . UC-0 I 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
3305 14-2
ADJUSTING MANHOLES , IN LETS , VALV E BOXE S, AND OT H ER STRUCTURES TO GRAD E
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) Furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
I 0) Clean-up
2. Manhole -Major Adjustment
a. Measurement
Pag e 2 of 8
I) Measurement for this Item shall be per each adjustment requiring structural
modifications to raise or lower a manhole to a grade as specified on the
Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item wi ll be paid for at the unit price bid per each "Manhole Adjustment,
Major" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modifications, grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) Furnishing, placing and compaction of embedment and backfi 11
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
3. Manhole -Major Adjustment with Frame and Cover
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to raise or lower a manhole to a grade specified on the
Drawings or structural modifications for a manhole requiring a new frame and
cover, often for changes to cover diameter.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item wi ll be paid for at the unit price bid per each "Manhole Adjustment,
Major w/ Cover" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modifications, grade rings or other adjustment device
6) Frame and cover
7) Furnishing, placing and compaction of embedment and backfill
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPEC fFI C A TION DO CUMENTS
Revi sed March 11 , 2022
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No . UC-0 I 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
330514-3
ADJUSTING MANHOLES , fNLETS , VALVE BOXES , AND OTHER STRUCTURES TO GRADE
Page3of8
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
4. Inlet
a. Measurement
1) Measurement for this Item shal l be per each adjustment requiring structural
modifications to inlet to a grade specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Inlet Adjustment"
completed.
c. The price bid shall include:
1) Pavement removal
2). Excavation
3) Hauling
4) Disposal of excess material
5) Structural modifications
6) Furnish in g, placing and compaction of embedment and backfill
7) Concrete base material , as required
8) Surface restoration , permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
5. Valve Box
a. Measurement
1) Measurement for this Item shall be per each adjustment to a grade specified
on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Valve Box Adjustment"
completed.
c. The price bid shall include:
I) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment device
6) Furnish in g, placing and compaction of embedment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
6. Cathodic Protection Test Station
a. Measurement
1) Measurement for this Item shall be per each adjustment to a grade specified
on the Drawings .
b. Payment
CITY OF FORT WORTH
STANDARD CONS TRUCTIO N SPECIF ICATIO N DOCUMENTS
Revised March 11 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No . UC-01 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
330514-4
ADJUSTING MANHOLES, [NLETS , VALVE BOXES , AND OTH E R STRUCTURES TO GRADE
Page 4 of8
1) The work perform ed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Cathodic Protection Test
Station Adjustment" comp leted.
c. The price bid shall includ e:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment device
6) Furnishing, placing and compaction of embedment and backfill
7) Co ncrete base mate ri al , as required
8) Surface re storation , permanent asphalt patch or concrete paving repair , a s
required
9) Clean-up
7 . F ire Hydrant
a. Measurement
1) Measurement for thi s Ite m shall be per each adjustment requiring stem
extension s to meet a grade specified by the Drawings.
b . Payment
1) The work performed and the materials furnished in accordance with this
Item will be pa id for at the unit pri ce bid per each "F ire Hydrant Stem
Extension" completed.
c. The price bid shal l include:
1) Pavem e nt removal
2) Excavation
3) Hauling
4) Di s po sal of excess material
5) Adjustment materials
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
8. Meter Box
a. Measurement
1) Minor adjustment to meter box less than 6-inches vertical shall be
considered subs idi ary to the meter box pay item.
2) Measurement for this item shall be per each water meter adjustment
required in excess of 6-inches vertically to meet the grade specified by the
Drawings .
b. Payment
1) The work performed and the materials furnished in accordance with this
Item wi ll be paid for at the unit price bid per each "Meter Box Adjustment
Exten sion " completed
c. The price bid shall include :
1) Excavation
2) Hauling
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Re vised March 11 , 2022
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-0 1 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
3305 14-5
ADJUSTING MANHOLES , INLETS , VALVE BOXES , AND OTHER STRUCTURES TO GRADE
Page 5 of8
3) Di s posal of excess material
4) Adjustment materials
5) Furnishing, placing and compaction of embedment and backfill
6) Concrete base material , as required
7) Surface restoration, unimproved area, as required
8) Clean-up
9. Miscellaneous Structure Th is Item is intended/or a uniqu e structure . Bid Item
sh ould include deta ils to ide nt ify th e spec ific s truc tur e (i.e. Mi sce llan eo us Structure
Adjustment, S ta. 1 +00)
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to said structure to a grade specified on the Drawings .
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Miscellaneous Structure
Adjustment" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modifications
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material
8) Permanent asphalt patch or concrete paving repair, as required
9) Clean-up
27 1.3 REFERENCES
28 A. Definitions
29 1. Minor Adjustment
30 a. Refers to a small elevation change performed on an existing manhole where the
31 existing frame and cover are reused.
32 2. Major Adjustment
33 a. Refers to a s ignificant elevation change performed on an existing manhole
34 which requires structural modification or when a 24-inch ring is changed to a
35 30-inch ring.
36 B . Reference Standards
37 1. Reference standards cited in this Specification refer to the current reference
38 standard publi shed at the time of the latest revision date logged at the end of this
39 Specification, unless a date is specifically cited.
40 2. Texas Commission on Environmental Quality (TCEQ):
41 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 -Manholes and
42 Related Structures.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March I I, 2022
UTILITY CUT RE PAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
33 05 14 -6
ADJlJSTlNG MANHOL ES , lNLETS , VALVE BOXES, AND OTHER STRUCTURES TO GRADE
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 SUBMITT ALS [NOT USED]
Page 6 of8
3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
4 1. 7 CLOSEOUT SUBMITT ALS [NOT USED]
5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
6 1.9 QUALITY ASSURANCE [NOT USED]
7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
8 1.11 FIELD [SITE] CONDITIONS [NOT USED]
9 1.12 WARRANTY [NOT USED]
10 PART 2 -PRODUCTS
11 2.1 OW NER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
2.2 MATERIALS
A. Cast-in-Place Concrete
1. See Section 03 30 00.
B. Modifications to Existing Concrete Structures
1. See Section 03 80 00 .
C. Grade Rings
1. See Section 33 05 13 .
D . Frame and Cover
1. See Section 33 05 13 .
E. B ac kfill material
1. See Section 33 05 10 .
F. Water valve box extension
1. See Section 33 12 20.
G. Corros ion Protection Test Station
1. See Section 33 04 11.
H. Cast-in-Place Concrete Manholes
1. See Section 33 39 10.
I. Precast Concrete Manholes
1. See Section 33 39 20 .
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS
Re v ise d March 11 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
33 05 14 - 7
ADJUSTING MANHOLES, INLETS , VALVE BOXES , AND OTHER STRUCTURES TO GRADE
Page 7 of8
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 -EXECUTION
4 3.1 INST ALLERS [NOT USED]
5 3.2 EXAMINATION
6 A. Verification of Conditions
7 I. Examine existing structure to be adjusted, for damage or defects that may affect
8 grade adjustment.
9 a. Report iss ue to City for consideration before beginning adjustment.
10 3.3 PREPARATION
11 A. Grade Verification
12 1. On major adjustments confirm any grade change noted on Drawings is consistent
13 with field measurements.
14 a. If not, coordinate with City to verify final grade before beginning adjustment.
15 3.4 ADJUSTMENT
16 A. Manholes , Inlets , and Miscellaneous Structures
17 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with
18 30-inch frame and cover assembly per TC E Q requirement.
19 2. On manhole major adjustments, inlets and miscellaneous structures protect the
20 bottom using wood forms shaped to fit so that no debris blocks the invert or the
21 inlet or outlet piping in during adjustments.
22 a. Do not use any more than a 2-piece bottom .
23 3. Use the least number of grade rings neces sary to meet required grade.
24 a. For example, ifa I-foot adjustment is required, use 2 6-inch rings, not 6 2-inch
2 5 rings.
26 b . The maximum height of adjustment shall be no more than 12 inches for any
27 combination of grade rin gs. If 12 inches is required , use 3 -4 inch rings.
2 8 B . Valve Boxes
29 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on
30 the Drawings .
31 C. Backfill and Grading
32 1. Backfill area of excavation surrounding each adjustment in accordance to Section
33 33 05 10.
34 D. Pavement Repair
35 1. If required pave ment repair is to be performed in ac,cordance with Section 32 01 17
36 or Section 32 01 29.
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS
Revised March 11 , 2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
3305 14-8
ADJUSTING MANHOLES , INLETS , VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page8of8
3.5 REPAIR/ RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION [NOT USED]
3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING [NOT USED]
7 3.11 CLOSEOUT ACTIVITIES [NOT USED]
8 3.12 PROTECTION [NOT USED]
9 3.13 MAINTENANCE [NOT USED]
10 3.14 ATTACHMENTS [NOT USED]
11 END OF SECTION
R ev is ion Lo g
DATE NAME SUMMARYOFCHANGE
1.2.A-Pay item added for a m ajor manho le a djustment which reuses th e existing
12
frame and cover and a m ajor adjustment r e quiring a new frame and cover; Added
12 /20/20 12 D. Johnson items to be inclu ded in pr ice bids ; Blue text ad d ed for clarification for mi scellaneous
structure a djustm e nts
3 .4 -Pavement repair requiremen ts were added
9 /20/2017 W. Norwood 3.4.3 Elimin ate 24 inch requirement fo r maximum chimney he ight adjustment.
3.4.4.bAdd re quirement fo r maximum h e ig ht of grad e rin gs to be 12 inches
or 3-4 inch rings
3/11 /2022 MOwen A dd measurement and payment section for meter box adjustment
CITY OF FORT WORTH
STANDARD CONSTRUCTIO N SPECfF ICATIO N DOCUMENTS
Rev ise d March 11 , 2022
UTILITY CUT RE PAIR
CONTRACT I 2023
City Proj ect No . UC-0 I 2023
APPENDIX
GC-4.01 Availability of Lands -None
GC-4.02 Subsurface and Physical Conditions -None
GC-4.04 Underground Facilities -None
GC-4 .06 Hazardous Environmental Condition at Site -None
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
Business Equity -Instructions to Bidders about the Business Equity Goal
Business Equity-Utilization Form
M/WBE-Prime Contractor Waiver Form
Business Equity -Good Faith Effort Form
M/WBE-Joint Venture Eligibility Form
GC-6.07 Wage Rates
2013 Prevailing Wage Rates (Heavy & Highway Construction Projects)
GC-6.09 Permits and Utilities -None
GC -6.24 Nondiscrimination -None
GR-01 60 00 Product Requirements -None
Paving Details
D520 -Typical Section Trench Repair HMAC Pavement
D52 l -Typical Section Trench Repair Reinforced Concrete Pavement
D522 -Typical Section Trench Repair Brick Surface & Reinforced Concrete Base
D525 -Standard Monolithic Curb
D530-Concrete Valley Gutter
D534 -Standard Curb and Gutter
D546 -Sidewalk Details
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 201 I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 20 II
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFJCA TION DOCUMENTS
Revised July I, 2011
UTILITY CUT REPAIR
CONTRACT 1 2023
City Project No. UC-01 2023
GC-4.04 Underground Facilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN TS
Revised July I, 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
GC-4.06 Hazardous Environmental Condition at Site
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 201 I
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
Business Equity -Instructions to Bidders about the
Business Equity Goal
Business Equity -Utilization Form
M/WBE -Prime Contractor Waiver Form
Business Equity -Good Faith Effort Form
M/WBE -Joint Venture Eligibility Form
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT ION DOCUMENTS
Revised Ju ly I, 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-01 2023
FORT WORTH ® City of Fort Worth
Business Equity Division ~
INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL
Bid number: ______ Business Equity Goal: _____ %
It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity
Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal
is established for a bid, it means that the City of Fort Worth believes that there are Business Equity
Firms available that can provide goods or services requested by the bid.
The Business Equity Goal for Bid number ____ is ___ %. This means that the City
believes that there are available Business Equity Firms that can provide goods or services required
by this bid and therefore, ___ % of the Bidder's awarded amount must be spent with a Business
Equity Firm. All requirements and regulations stated in the City's current Business Equity Ordinance
#25165-10-2021 apply to this bid. Definitions are at the end of this document.
Because a Business Equity Goal has been established for this bid, in order for your bid to be
considered, a Bidder must satisfy one (1) of the conditions below.
A. Commit to Meet or Exceed the Business Equity Goal
Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount
with the Business Equity Firm(s).
Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of
Certified Firms Form" located at the City of Fort Worth's Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following two (2) forms:
a. Utilization Plan
b. Letter(s) of Intent
B. Prove a Good Faith Effort
Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful.
This can occur in two (2) ways:
1) Bidder proposes a smaller Goal
Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of
Certified Firms Form" located at the City of Fort Worth's Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following three (3) forms:
a. Utilization Plan
b. Letter(s) of Intent
c. Good Faith Effort
2) Bidder proposes a 0% Goal
Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of
Certified Firms Form" located at the City of Fort Worth's Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening. ·
Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g)
page for requirements of an acceptable Good Faith Effort.
C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project
as the Prime Contractor
Bidder must show that the Bidder is providing all of t he goods and services through their own
company and that the re are no goods or serv ices provided by a th ird party or an affiliate.
Bidde r will not purchase any supplies or inventory from a third party .
Step 1: Must submit Prime Contract Waiver Form
D. Create a Joint Venture with a Business Equity Firm
At least one or both of the firms must be a Business Equity Firm
Step 1: Must submit Joint Venture Form
DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS
Bidders must submit sealed bids to be opened at the da te, t ime , a nd place stated in the so li citation for
the public open ing of bids. Faxed copies will not be accepted.
FREQUENTLY ASKED QUESTIONS
1. If I am Business Equ ity Firm, can I count my performance of the b id?
Answer. A Business Equity Prime Contracto r can count its se lf-performance towards meeting the
Bus iness Equity Goal for the assigned North American Industry Class ificat ion System (NAICS)
commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE)
certification.
2 . What if I am a Business Equity Firm , but I am unable to self perform all work or provide all of the
goods under the bid, can I count my performance under the Bid?
Answer. If the Business Equity Prime cannot self-perform all of the work, it w ill be accountable for
subcontracting with certified firms to meet the overall goal. Bus iness Equity Fi rms that qualify under
the "Significant Bus iness Presence" definition may count in the Program upon approval of DVIN-BE .
3. This bid does not have a set amount that the City w ill purchase from the Awarded Bidder, how do I
complete the form?
Answers:
a. For a low bid procurement, the lowest bidder shall submit a Util ization Plan no later than 2:00 PM
on the th ird bus iness day after bids are opened detailing all Subcontractors the Contractor intends
to ut ilize in its performance of a Contract. Contractors that are Business Equity Firms may count
the ir self-performed services towards meeting a Business Equity Goal.
b. For a Best Value procurement, all bidders who wish to be cons idered for evaluation scoring shall
submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing
all Subcontractors the Cont ractor intends to utilize in its performance of a Contract. Contractors
that are Business Equity Firms may count their self-performed services towards meeting a
Business Equity Goal.
c. Non-comp liance . If the lowest bidder for a low bid procurement or any bidder for a Best Value
procurement does not timely submit its Utilization Plan with the required documents , that bidder
will be deemed Non-Responsive . For a low bid procurement, the C ity will notify the next lowest
bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on
the third business day after the bidder receives notification . This process will be followed until a
bidder submitting the required documents is selected.
DEFINITIONS
Business Equity Firm means an Independent Firm that is a Certified minority-and/or women-owned
business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace.
Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following
factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county
Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace
determined ona Contract-by-Contract basis; and the subcontracting/supplier opportunities of each
project.
Certified means those firms identified by the North American Industry Classification System (NAICS)
that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional
Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW
/MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or
another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort
Worth. •
DVIN-BE means the City's Department of Diversity and Inclusion -Business Equity Division
Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as
described inthe Business Equity Ordinance §20-370 (g).
Joint Venture means a business entity formed by two or more independent Persons for the purpose of
pursuing a common objective, such as a prime contract. The resulting business entity has additional
resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally
characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture ,
the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 %
interest but in most cases, not less than 20%.
Marketplace means the geograph ic area as defined by the City's most current Disparity Study (i.e.,
Tarrant, Dallas, Denton, Johnson, Parker and Wise counties).
Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance.
Significant Business Presence means a Person (1) which has its principal place of business located
inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but
has been verified to be in existence for a minimum of 24 months and from which at least 20% of the
business's workforce is based in the Marketplace; or (3) which has cumulative business receipts
greater than $1,000,000 for work done in the Marketplace since January 1, 2013.
Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to
meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the
percentages of the work to be performed.
VIOLATIONS AND SANCTIONS
1. Failure to comply with the City's Business Equity Ordinance will result in the bid being
considered "Non-Responsive ."
2 . Failure to submit the required Business Equity forms and documentation will result in the bid being
considered non-responsive and a "written warning" letter that may impact the Offerer's evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND
SANCTIONS for continued offenses or failures to comply.
If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division
Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674
FORT WORTH ------.-----
PRIME/OFFEROR/0WNER
COMPANY NAME:
PROJECT NAME:
Ci t y of Fort Worth
Business Equity Utilization Form
Disadvantaged Bus i ness E nter pri se Ut ilization Form (Applic able if Federally-Funded)
ATTACH MENT 1A
Page 1 of 4
PROJECT NUMBER: BID DAT E: City's Business Equ ity Goal : Offeror's Bu si ness Equi ty (or DB E)
D (Che ck if add res sing DBE Go al) % Com mitment : %
Check all applicable bo x es to describe D Not Certified
Prime/Offeror/Owner's Classification : □MBE D wBE □DBE D Hu·B O vosB O section 3
Certifying A gency: □NCTRCA D D/FW MSDC □TX DOT D wBcs □other:
Ethnicity: □African American □Hispanic O eaucasian □Asian D Native American Gen d er: □Male □Female D Non-B inary
Definitions : Bus iness Equity Firm: Certified MBE Minority Business Enterprise or WBE W omen Business Enterprise DBE: Disadvantaged Business Enterprise
HUB : H istorica lly Under Utilized Business VOSB: V eteran Owned Small B usiness Section 3: C ertified Housing Urban D evelopment Vendors
ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD
Failure to complete this form, in its entirety, and received by the Purch asing Division no later than 2:00 p.m. on the t hir d City business day after bid open ing, exclusive of bid opening date ,
will result in the bid -being conside red non-responsive to bid specifications. Exception : CFA, ICA, a nd CDBG projects, documents will be submitted to the City Pro ject Manager if publicly
bid or to th e Developer if privately bid .
The undersigned Prime/Offerer agrees to enter into a formal agreement w ith the Business Equity firm(s) listed in this util ization schedule , conditioned upon execution of a contract with the
City of Fort Worth (E xception : Devel o per projects). 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 .
B·usiness Equity firms listed toward meeting the project goal must be located in · the City's marketplace at the time of bid or the business has a Significant · Business Presence in the
Marketplace . The mark et place is the City of Fort Worth including portions of Denton, Parker, Wise , and a ll of Tarrant. Dall as . a nd Johnso n counties.
Certified means those Bus iness Equity Firms , located within the Marketp lace , ·that have been determined to be a bona-fide minority or women bus ine·ss enterprise by the
Nort h Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest
(WBCS).
If hauling services are utilized , the Prime/0fferor will be given credit as long as the Bus iness Equity firm listed owns and operates at least one fully licensed and operational truck to be
use d on the contract. The Busi ness Equ ity fir ms may lease trucks from an other Business Eq uity firm, including Busi ness Equity ow ner-operated, and receive full Business Equity
credit. The Business Equity fir m may lease trucks f rom non -Bus iness Equ ity firms , includ ing owner-operated, but wi ll only receive credit for the fees an d commiss ions earned by the
Business Eq uity as outlined in the lease agreement.
Federally-funded Projects (ONLY), Counting DBE Partic ipation : If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or
su pp lies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, co unt 60 percent of the cost of the materials and supplies toward the DBE goal. When
materia ls or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the enti re am ou nt of fees or commissi o ns charged for assistance in the
procurement of the materials and supplies or fees or transportation charges for the delivery of the materia ls or suppl ies delivered to the job site . In all cases , the Prime/0fferor is
responsi ble to identify the amounts to be used toward the committed DBE goa l. Note : Fo r DBE Goals, 60 % of the services count towards the goal.
Effective 01 /01 /2021
Updated 03/24/2022
FORT WORTH
~ Business Equity Utilizat ion Fo rm
ATTACHMENT 1A
Page 2 of 4
Ple ase note that only certified Business Equ ity firms will be counted to meet the Business Equity goal. Prime/0fferors are required to identify A L L subcontractors/suppliers ,
regardless of status ; i.e ., Business Equity firms and non-Business Equity firms . Prime/0fferors must identify by tier level all subcontractors/suppliers. Tier : means the level of
subcon trac ting be low the Prime/0 fferor i.e . a direct payment from the Prime/0fferor to a subcontractor is considered 1st tier, a payment by a subcontra ctor to its supplier is considered
2n d ti er. Business Equity firms are to be listed before non-Business Equity firms . The Prime/0fferor is res ponsible to provide proof of payment of all tie red sub-contractors/suppliers
identified as a Busi ness Equ ity firm and counting those dollars towa rds meeting the contract committed goal.
Certified Business Equity Prime/0 fferor Contractors counting their self-performance towards meeting the contract goal , must be certified within those NAICS commodity codes with a
certifying agency acceptable by the City of Fort Worth . Certified Business Equity Prime/0fferor counting self-performing services towards the goal, the service(s) to be performed
should be lis ted fi rs t on the Uti lization form .
Check this box Oit certified Prime Contractor services will be counting towards the Business Equ ity contract ing goa l. Please list services fi rst b e low.
Please list certified Business Equity firm names as listed on the ir certification, including OBA names.
NAMES AND ADDRESS ES OF TYPE OF SERVICES /SUPPLI ES Sp ecify Tier
CONTRACTORS /SUPPLIERS PROVIDED (NAICS Required) Name 1st Tier
Business Name: Type of Servi ce/Supplies :
Add ress:
Phone: NAICS Code : Email :
Contact Person : $AMOUNT :
Business Name: Type of Serv ice/Suppli es:
Address:
Phone: NAICS Code :
Email :
Contact Person : $AMOUNT :
Business Name: Type of Service/Suppl ies :
Address :
P hone: NAICS Code :
Emai l:
Contact Person : $AMOUNT :
Ce rti fi cati on Ag enc y
Certifi ed By :
0:,t FW MSDC
O NCTRCA
Qx □oT O wBcs
D ther:
Certifi ed By :
D □FWMSDC
□NCTRCA
□TXD0T OwBcs
O0ther:
Certified By :
O □FWMSDC
□NCTRCA
O TXDOT O wBcs
□other:
Gender an d Et hn icity:
OMale 0 Female O Non-Binary
OAfrican American 0 Hispanic
O Asian
o caucasian O Na tive
American
OMale D Female O Non-B inary
D African American □Hispanic
O Asian
Ocaucasian ONative
American
O Male 0 Female D Non-Binary
0 African American
OAsian
Ocaucasian
□Hispanic
□N ative
Amer ican
Effective 01/01/2021
Updated 03/24/2022
FORT WORT H ---........----
B usi ness Equit y Utilizat ion Form
Please include multi ple copies of thi s page if nee ded to list all cont r a ctors and s uppliers .
NAMES AND ADDR ESS ES OF TYP E OF SERVIC ES/SUPP LI ES Speci fy T ier Certification Agen cy CONTRACTORS /SUPP LIE RS PROVID ED (NAICS Required) Name 1st Tie r
Bus iness Name: Typ e of Serv ic e/Supp lies: Certi fi ed By :
Add ress : OotFW Msoc
□NCTRCA
Phone: NAICS Code : □TXD0T O wBcs Ema il :
O other:
Contact Person: $AMOUNT:
Business Name: Typ e of Se rvi ce/S upplies : Cert ifi ed By:
Address: □DFWMSDC
□NCTRCA
Phone: NAICS Code : CJrxooT OwBcs Email :
Oother:
Contact Person: $AMOUNT :
Business Name: Type of Serv ice/Supp lies: Cert ifi ed By :
Address: □D FWM S DC
[JNCTRCA
Phone: NAICS Code : [J TXDOT OwBcs Email:
Q other:
$AMOUNT: Contact Person:
Business Name: Type of Serv ice /Suppl ies: Certified By :
Address : O oFWMSDC -NCTRCA ==
O wBc s Phone: NAICS Code : TX D0 T Email: = '
Other:
'--
Contact Person : $AMOUNT :
ATTACHMENT 1A
Page 3 of4
Gen der and Eth n icity:
OMale D Fema le D Non -Binary
□African American □Hispanic
O Asian
Ocaucasian □Native
American
OMale OFemale ONon-Binary
□African American □Hispanic
OAsian
O caucasian □Native
American
OMale O Female 0 Non-Binary
□African American □Hispanic
O Asian
O caucasian O Native
American
O Male O Female D Non -Binary
□African American □Hispanic
OAsian
O caucasian O Native
American
Effective 01/01/2021
Updated 03/24/2022
FORT WORTH ••• Business Equity Utilization Form
Total Dollar Amount of Certified Prime/Offeror Services towards contract goal
Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers
Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
$
ATTACH M ENT 1A
Page 4 of 4
The Prime/Offeror will not make additions, deletions, or substitutions to this certified list w ithout the prior approval of the Business Equity Division
through the submittal of a Request for Approval of Change/Addition online. 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 Prime/Offeror shall submit a detailed explanation of
how the requested change/addition or deletion will affect the committed Business Equity goal. If the deta il explanation is not submitted , it will affect
the final compliance determination.
By affixing a signature to this form , the Prime/Offeror further agrees to provide , directly to the City upon request , complete and accurate information
regarding actual work performed by all subcontractors , including non -Business Equity firms . The Prime/Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company . The Prime/Offeror agrees to allow the transmission of interviews with owners ,
principals , officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work
performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or
knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years.
Authorized Signature
Title
Company Name
Address
City/State/Zip Code
Department of Diversity and Inclusion -Business Equity Division
Email : DVIN_BEOffice@fortworthtexas.gov
Ph : 817-392-2674
Printed Signature
Contact Name and Title (if different)
Phone Number
Email Address
Date
Effective 0 1/0 1/2021
Updated 03/24/2022
FORT WORTH
~ City of Fort Worth
Business Equity (M/WBE) Specifications
Prime Contractor Waiver Form
ATTACHMENT 1B
Page 1 of 1
OFFEROR COMPANY NAME: Check applicable block to describe Prime
PROJECT NAME: [ j wNBE [_] NON-MWBE
BID DATE
City's MBE Project Goal: I Offerer's MBE Project Commitment: PROJECT NUMBER
% %
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed expl anation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if b.Qth answers are yes .
Failure to complete this form in its entirety and be received by the Purchasing Divisi o n no later than 2:00
p.m.1 on the second City business day after bid opening. exclusive of the bid opening date, will result in
the bi d being considered non-responsive to bid specifications.
Will you perform this entire contract withoiut subcontractors? □ YES
If yes, please provide a detailed explanation that proves based on the size and scope of this □ NO project, this is your normal business practice and prov ide an operational profile of your business.
Will yo u perform this entire contract withc1ut suppliers? □ YES
If yes, please provide a detailed explanation that proves based on the size and scope of this □ project , this is your normal business practice and provide an inventory profile of your bus iness. NO
The Offeror further agrees to provide , directly to the City upon request , complete and accurate information
regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract , the payment
thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror
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 by the M/WBEs 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
in itiating action under Federa l, State or Local laws concerning false statements : Any fa ilure to comply with this
ordinance creates a material breach of contract and 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.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Business Equity Division
Email : DVIN_BEOffice@fortworthtexas.gov Phone :
(817) 392-2674
Printed Signature
Contact Name (if different)
Phone Number Fa x Number
Ema il Address
Date
Rev. 3/13/2022
PRIME/OFFEROR
COMPANY NAME:
PROJECT NAME :
Busi ness Equity Goal :
%
City of Fort Worth
Business Equity Division
Good Faith Effort Form
I Offerer's Business Equ ity Goal Commitment:
%
ATTACHM ENT 1C
Page 1 of 4
Check applicable box to describe
Prime/Offerer's Certif ication o Business Equity I O I Non:Bu~iness
Firm Equity Firm
BID DATE
PROJECT NUMBER
If the Offeror did not meet or exceed the Business Equity Goal for this p r oject, the Prime/Offeror must complete
this form .
'If the Prime/Offeror's method of compliance with the Business Equity Goal is based
upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of
correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort
requirement absent proof of fraud , intentional and/or knowing misrepresentation of the facts
or intentional discrimination by the Prime/Offeror.
Failure to complete this form , in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to bid specifications.
Exception : CFA, ICA, and CDBG projects , documents will be submitted to the City Project Manager if
publicly bid or to the Developer if privately bid.
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 Business Equity firm or non-Business
Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects , the Prime/Offeror must l i st each
subcontracting and or supplier opportunity regardless of t ier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Effective 03/15/2022
ATTACHMENT 1C
Page 2 of 4
2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity
subcontractors and/or suppliers from the City's Business Equity Division.
OYes
□ No
Date of Listing ______ _
3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the
bids are opened?
D Yes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.)
□No
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
OYes (If yes , attach list to Include name of Business Equity firm, fax number and date and time of contact. In addition, If the fax Is
returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for
proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the
GFE non-responsive.)
5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are
opened? D Yes (If yes, attach email confirmation to include~ of Business Equity firm , date and time . In addition, if an
email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the
email system for proper documentation . Failure to submit confirmation and/or "undeliverable message"
documentation may render the GFE non-responsive.)
NOTE: The three methods identified above are acceptable for soliciting bids, and each selected
method must be applied to the applicable contract. The Prime/Offeror must document that either at
least two attempts were made using two of the three methods or that at least one successful contact was
made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each
subcontracting and supplier opportunity to be in compliance with questions 3 thru 5.
6.) Did you provide plans and specifications to potential Business Equity firms?
OYes
□No
7.) Did you provide the Information regarding the location of plans and specifications in order to assist
the Business Equity firms?
OYes
□No
Effective 03/15/2022
ATTACHMENT 1C
Page 3 of 4
8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their
skill set?
D Yes (If yes, attach all copies of quotations.)
□No
9.) Was the contact information on any of the listings not valid?
□ y (If yes, attach the information that was not valid in order for the Business Equity Division to address
es the corrections needed.)
□ No
10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted
should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms
was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the
event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera
access to an 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
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
Business Equity firm participation on this project.
The Prime/Offeror 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 Prime/Offeror 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.
A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be
Debarred for a period of time of not less than three (3) years.
Effective 03/15/2022
I
ATTACHMENT 1C
Page 4 of4
The undersigned certifies that the information provided and the Business Equity firms
listed was/were contacted in good faith. It is understood that any Business Equity firms
listed in Attachment 1 C will be contacted and the reasons for not using them will be
verified by the City's Business Equity Division.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Business Equ ity Division
Email : DVIN_BEOffice@fortworthtexas.gov
Phone : (817) 392-2674
Printed Signature
Contact Name and Title (If different)
Phone Number
Email Address
Date
Effective 03/15/2022
l!I
CITY O F F ORT WORTH
M/WBE Joint Venture Eligibility Form
A ll question s must be ,111 swered; u se "NIA" if 11 ot npplicnble.
Joint Venture
Page 1 of 3
N am e of City proj ec t:--------------------------------
A joint ventu re fo rm must be completed on each project
RFP/Bid/Purchasing N umber: ____________ _
1. Join t ventu re info rmation :
Jo int Venture Name:
Joint Venture A dd ress:
(If applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the firms that c omprise the joint venture:
Plea se attach extra sheets if additional space is require d to provid e detaile d explanations of work to be performed by ea ch firm comprising the
j oint ve nture
M/WB E fi l'm
I Non -M/W BE firm I
nam e: name:
Bus iness Address : Business Address:
City, State , Zip: City, State, Zip :
Telephone Facsimile E-mail Telephone Facsimile
Cellular Ce ll ula r
Cet'tifi cation Statu s: E-mail address
Nam e of Cer tifying Agency:
2 S f cope o wor k f per orme ,y t e omt db hJ. V entur e:
Des crib e the scope of work of the M/WBE : Describe th e scope of w ork of the 11011-M/WBE :
Rev . 2/13/1 9
Joint Ve nture
P age 2 o f 3
3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List components of own ership of joint venture: (Do not comp lete if this i11.forma tio11 is described in joint venture
~ af{reeme nt
Pro fit and loss shari ng:
Capital contrib utio ns, includ ing
equi pment:
Other ap pli cab le ownershi p interests:
6. Identify by name, race, sex and firm those individuals (wi th titles) who are responsible for the day-to-day
management and decision making of the joint v enture:
Fi nancia l decisions
(to incl ude Account Payable and Receivab le):
M anagem ent decisions:
a. Esti mati ng
------
b. Mark eti ng and Sales
----------
c. Hiring an d F iri ng of management
personnel
-------------
d . P urch as ing of maj or equipment
and/or suppl ies
Sup e1visi on of fie ld operation s
The City's Business Equity Division will review your joint venture submission and will have final
approval of the M/WBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award , if any of the participants, the ind iv idually defined scopes of work or
the dollar amounts/percentages change from the originally approved information , then the participants must
inform the City's Bus iness Equity Divis ion immediately fo r approval. 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 City 's Bus iness Equ ity Ordina nce 25165-10-2021 .
Rev. 2/13/19
Joint Venture
aQe 0 P 3 f 3
AFFID AVIT
The undersigned affirms that the foregoing statements are trne and correct and include all material information
necessa1y to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional infmmation deemed necessa1y to dete1mine if the joint
venture is eligible . Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name ofMBE finn Name of non-MBE firm
Printed Name o f Owner Printed Name of Owner
Signa ture of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
T itle Title
Date Date
N ota rization
State of County of -------------------------------------
On this _____________ day of _______ ___, 20 __ , before me appeared
and ------------------------------------------
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Nota1y Public ______________________ _
P,intName
Notaty Public---,------------------------
Signature
Commission Expires _______________________ _
Office of Business Diversity
Email: mwbeoffice@fortwmthtexas.gov
Phone: (817) 392-2674
(se111)
Rev. 2/13/19
GC-6.07 Wage Rates
2013 Prevailing Wage Rates
(Heavy & Highway Construction Projects)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0I 2023
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION Wage Rate
Asphalt Distributor Operator $ 15.32
Asphalt Paving Machine Operator $ 13.99
Asphalt Raker $ 12.69
Broom or Sweeper Operator $ 11.74
Concrete Finisher, Paving and Structures $ 14.12
Concrete Pavement Finishing Machine Operator $ 16.05
Concrete Saw Operator $ 14.48
Crane Operator, Hydraulic 80 tons or l ess $ 18.12
Crane Operator, Lattice Boom 80 Tons or Less $ 17.27
Crane Operator, Lattice Boom Over 80 Tons $ 20 .52
Crawler Tractor Operator $ 14 .07
Electrician $ 19.80
Excavator Operator, 50,000 pounds or less $ 17 .19
Excavator Operator, Over 50,000 pounds $ 16 .99
Flagger $ 10.06
Form Builder/Setter, Structures $ 13.84
Form Setter, Paving & Curb $ 13.16
Foundation Drill Operator, Crawler Mounted $ 17 .99
Foundation Drill Operator, Truck Mounted $ 21.07
Front End Loader Operator, 3 CY or Less $ 13.69
Front End Loader Operator, Over 3 CY $ 14 .72
Laborer, Common $ 10.72
Laborer, Utility $ 12.32
Loader/Backhoe Operator $ 15.18
Mechanic $ 17.68
Milling Machine Operator $ 14.32
Motor Grader Operator, Fine Grade $ 17.19
Motor Grader Operator, Rough $ 16.02
Off Road Hauler $ 12.25
Pavement Marking Machine Operator $ 13.63
Pipelayer $ 13 .24
Reclaimer/Pulverizer Operator $ 11.01
Reinforcing Steel Worker $ 16 .18
Roller Operator, Aspha lt $ 13.08
Roller Operator, Other $ 11.51
Scraper Operator $ 12 .96
Servicer $ 14.58
Small Slipform Machine Operator $ 15.96
Spreader Box Operator $ 14.73
Truck Driver Lowboy-Float $ 16 .24
Truck Dri ver Transit-Mix $ 14.14
Truck Driver, Single Axle $ 12.31
Tr uck Driver, Single or Tandem Axle Dump Truck $ 12.62
Truck Driver, Tandem Axle Tractor w ith Semi Trailer $ 12.86
Welder $ 14.84
Work Zone Barricade Serv icer $ 11.68
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standa rd Job Classifications and Desc r iptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas .
Pa g e 1 of 1
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
UTILITY CUT REPAJR
CONTRACT I 2023
City Project No . UC-0I 2023
GC-6.24 Nondiscrimination
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I , 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC-0 I 2023
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I , 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
Paving Details
D520 -Typical Section Trench Repair -
HMAC Pavement
D521 -Typical Section Trench Repair -
Reinforced Concrete Pavement
D522 -Typical Section Trench Repair -
Brick Surface & Reinforced Concrete Base
D525 -Standard Monolithic Curb
D530 -Concrete Valley Gutter
D534 -Standard Curb and Gutter
D546 -Sidewalk Details
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rev ised Ju ly I, 2011
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No . UC -OJ 2023
NOTES:
1. ADDITIONAL PAVEMENT RESTORAllON PER LATEST UllLITY CONSTRUCllON POLICY REQUIREMENTS.
2. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND OPllONAL IN
01HER AREAS. BACKFILL PER SECllON 33 05 10.
3. ONLY SINGLE LIFT OF 3• TYPE "D" HMAC REQUIRED FOR RESIDENTIAL STREETS .
4. ALL CONSTRUCllON MUST BE IN ACCORDANCE WITH CITY OF FORT WORTH STANDARD SPECIFICAllONS.
NOTE TO DESIGNER :
'MiERE ASPHALT EXISTS OVER
CONCRETE PAVEMENT, THE ENGINEER
SHALL PREPARE A PROJECT SPECIFIC
DETAIL APPROVED BY T/PW.
f-------TRENCH REPAIR LIMITS----+--..;
CONCRETE BASE MATER IAL
FOR TRENCH REPAIR PER
SECllON 03 34 16
PROVIDE DENSI =~:.o,_;.,;;-1 . + . + . .,. . + . + . + + . + . + . + +
THICKNESS 1ESTI + + + + + + + + + + + + + + + + + + + + + +
PER SECllON 32 12 16 + + + • +
PART 3 .6 + + + + +
➔
+
NOTE TO DESIGNER: THIS IS NOT A STAND-ALONE DETAIL
TRENCH DETAILS SHOULD BE ASSEMBLED AS DIRECTED IN
"BACKFILL, EMBEDMENT AND SURFACE REPAIR DETAIL
ASSEMBLY-.
https: //apps.fortworthtexas.gov/ProjectResources/ResourcesP /
02%20-%20Constructlon,...20 Documents/
Canstructlon%20Plans/Constructlon,;20
Detalls/BACKFILL.%20EMBEDMEN"'20AND%20SURFACE
%20REP AIR,...20DET Al~.20ASSEMBL Y.pdf
CITY OF FORT WORTH , TEXAS
ASPHALT PAVEMENT TRENCH REPAIR
REV ISED: 6-10-22
32 01 17-D520
NO"TES:
1. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS , AND OPllONAL IN
OTHER AREAS . BACKFILL SHALL MEET STANDARD SPECIFICAllON 33 OS 10.
2. FOR RESIDENllAL STREET USE #4 BARS AT 18" O.C.E.W. AND 12" O.C.E.W. FOR AR"TERIALS AND
INDUSTRIAL STREETS .
3. REINFORCED CONCRE"TE PAVEMENT SHALL BE REPLACED TO A MIN IMUM DEIPTH OF 9" FOR
REstDENllAL STREETS OR 11" FOR ARTERIAL AND INDUSTRIAL STREETS.
4. FOR RESIDENllAL STREETS, USE 114x1a· PREFORMED BARS, DOWEL AND EPOXYED A MIN 6" INTO
EXISllNG PAVEMENT AT 1B" O.C. (TYP), AND 12" O.C. FOR ARTERIAL AND INDUSTRIAL STREETS.
5 . ALL CONSTRUCllON SHALL BE IN ACCORDANCE WITH CITY OF FORT WORTH STANDARD SPECIFICATIONS .
CLASS 'H' CONCRE"TE
PAVING PER SECllON 32
13 13 OR 'HES' IF
DESIGNA"TED ON DRAWINGS
JOINllNG SHALL MATCH
EXISllNG LOCATIONS
AND TYPES AS
CLOSELY AS PO SSIBLE
SEE NO #2
+ + + + + + + + +
STRENGTH AND
THICKNESS TESTING
SHALL BE PERFORMED
PER SECllON 32 13 13
• + + + -::::::1------· + +
+ + +
NO"TE TO DESIGNER:
• FOR CONCRE"TE STREETS < 10
YEARS OLD OR PCI < BS, •x•
SHALL EXTEND TO END OF
PANEL, OTHERWISE "X" SHALL
BE 12"
NOTE TO DESIGNER: THIS IS NOT A STAND-ALONE DETAIL
TRENCH DETAILS SHOULD BE ASSEMBLED AS DIRECllED IN
"BACKFILL, EMBEDMENT AND SURFACE REPAIR DETAIL
ASSEMBLY".
https: / /apps. fortworthtexas.gov/ProjectResources/ResourcesP /
02"20-"20Construction"20 Documents/
Constructlon"20Plans/Constructlon%20
DetaUs/BACKFILL,"20EMBEDMENTY.20AND"20SURF ACE
%20REPAIR%20DETAIL%20ASSEMBL Y.pdf
CITY OF FORT WORTH , TEXAS
CONCRETE PAVEMENT TRENCH REPAIR
REV ISED : 6-10-22
32 01 29-D521
N07'ES:
1. REINFORCED CONCRE1'E BASE SHALL BE REPLACED TO A MINIMUM DEPTH OF 9" FOR RESIDENTIAL
STREETS OR 11" FOR ARTERIAL AND INDUSTRIAL STREETS.
2. CONCRE7'E SHALL BE a.ASS "H" PER CITY OF FORT WORTH STANDARD .
3. FLOWABLE FlLL IS REQUIRED TO BACKFlLL ALL TRENCHES IN DOWNTOWN STREETS, AND OPTIONAL IN
OTHER AREAS . BACKFlLL SHALL MEET STANDARD SPECIFICATION 33 05 10.
4. EXISTING BRICK SHALL BE REMOVED CAREFULLY TO AVOID DAMAGE. DAMAGED BRICK IS TO BE
REPLACED WITH UNDAMAGED BRICK TO MATCH ADJACENT BRICK .
5. MORTAR BED ANO WET MORTAR JOINT FILLER PER SPECIFICATION 32 14 16 .
6. FOR RESIDENTIAL STREETS, USE #4X18" PREFORMED BARS, DOWELED AND EPOXYED A MIN 6" INTO
EXISTING PAVEMENT AT 18" O.C. AND 12• O.C. FOR AR7'ERIAL AND INDUSTRIAL STREET (TYP).
t--------TRENCH REPA IR UMITS---------1
FULL DEPTH SAWCUT (TYP.)
#4x18" DEFORMED BARS
DOWELED AND EPOXYED MIN.
6" INTO EXISTING PAVEMENT
C 18" O.C. (TYP .)
foRTrllTJI.
JOINTING SHALL MATCH
EXISTING LOCATIONS
AND TYPES AS
CLOSELY AS POSSIBLE EXERCISE CARE REMOVING AND
REPLACING EXISTING BRICK TO
AVOID DAMAGE TO EXISTING
BRICK PAVEMENT
N07'E TO DESIGNER: THIS IS NOT A STAND-ALONE DETAIL
TRENCH DETAILS SHOULD BE ASSEMBLED AS DIREC7'ED IN
"BACKFILL, EMBEDMENT AND SURFACE REPAIR DETA IL
ASSEMBLY-.
https: / /opps. fortworthtexos.gov/ProjectResources/ResourcesP /
02~0-,..20Constructlon"20 Documents/
Constructlon%20Plons/Constructlon~O
Detons/BACKFILL,,..20EMBEDMENf'".20AND~OSURFACE
Y.20REPAJR~ODETAIL7.20ASSEMBL Y.pdf
CITY OF FORT WORTH , TEXAS REVISED: 6-10-22
BRICK PAVEMENT TRENCH REPAIR 32 14 16-D522
NOTES TO DESIGNER :
1. FILL IN BLANKS AND/ OR VERIFY ALL TEXT IN BLUE.
2. SPEC IFY CURB HEIGHT TO MATCH EXISTING CONDl'llON .
PROPOSED PAVEMENT PER
TYPICAL ROADWAY SECTION
OR PAVEMENT REPAIR DETAIL
SEE NOTE 1 ~+ -
¼" 7 ~
COMPACTED ACCEPTABLE
NATIVE BACKFILL PER
SECTION 31 24 00
--II
' ............... t---'"""-111-
MINIMUM EXCAVATION
OUTLINE FOR STREET
CONSTRUCTION
t!.Qfil
PROPO SED STEEL PER
TYPICAL ROADWAY
SECTION
1. CITY APPROVA L REQU IRED FOR USE OF CURB MULE
WITH DIMENSIONS THAT VARY FROM DETAIL.
2 MATCH STREET SAWED JO INTS FOR SAWED JO INTS IN
CURB.
PROPOSED SUBGRADE
PER TYPICAL ROADWAY
SECTION OR PAVEMENT
REPAIR DETAIL
1~1 1 ll t::
12·-
CI TY OF FORT WORTH , TEXAS
STANDARD MONOLITHIC CURB
REVIS ED: 0 8-3 1-2012
32 13 13 -D525
NOTES TO DESIGNER :
1. DETAIL OEflNES PAY LIMITS OF HMAC TRANSITION SUBSIDIARY TO THE CONCRETE VALLEY GUTTER CONSTRUCTlON.
A__J '
I
I
/24" HMAC ~----t
TRANSITlON
/
PER SECTlON
32 12 16
io
SEE NOTE 4 9" HMAC J
TRANSITlON
PER SECTlON
32 12 16 I INTERSECTJNG VALLE Y
--------------~------------------------------
COMPACTED
SUBGRAOE
(SEE NOTE 2)
tiQru;
PLAN V IEW
1" MAX OR AS DIRECTED BY
THE ENGINEER
1-------------8'-o" MIN.-----------<
(RESIDENTlAL STREETS)
S ECT ION A-A
1. THE 7" REINFOR CED CONCRETE VALLEY SHALL REPLACE THE TOP 7" OF THE PAVEMENT WITH THE REMA INING
PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SU BGR ADE TREATMENT, IN ACCORDANCE WITH TH E TYPICAL
PAVING SECTION .
2. 6" FLEX BASE, TYPE A, GR -1 OR MATCH THE PREPARED SUBGRAD E REQUIREMENTS FOR THE PAVEMENT SECTION.
TYPE D OR TYPE B ASPHALT OR PREPARED SUBGRADE MAY BE USED .
3. PAY LIMITS FROM EXPANSION JOINT TO EXPANSION JOINT.
4. 9" ANO 24" HMAC TRANSITlON SUBSIDIARY TO CONCRETE VALLEY GUTTER . CITY MAY APPROVE ADDITIONAL HMAC
TR AN SITION BEYOND THESE LIMTS UN DER SEPARATE PAY ITEM FOR HMAC TRANSITlON PER SECTION 32 12 16.
5. GUTTER TO BE SHAPED TO CONFORM YrlTH CONCRETE VALLEY (OR PAVEMENT}.
C ITY O F FORT WORTH , T EXAS
CONCRETE VALLEY GUTTER
R EVIS E D : 0 8-3 1-2 0 12
32 16 13-D530
N01ES TO DE!IONOt:
1. FUlfa.N«SIMIJ/CRVDIF"tAil.flXTlfaJJE.
1. E CIWO T0 CCtM:"I' .,,.,_mt 1IMN lt.O.W. OIi fASDEJffl.
.J. Lll£\m DnM. Al ICCEISAR\' 10 WA1'H AC"IUIL. IIOAOWAY 0ESKN.
4. IGW'I" DffAI. 10 lllrT ~ OCNW1'IClfS.
,._, ____ , . ...,. ____ .,,. ___ ,,.
NEW CONSJRUC]ON
CURB AND GUTTER EXl'ANSJON JOINT
lf<ll<:.
1, 200 LF MAllMN SPACINC KnEDC aJIIII
NC) CIJTTDt !)Ql'NalQN J0NTS.
foRTrpH
"'"'"""
1111[:.
1. ...ui ~ rs r~. MA.tot D251NC 'IIIJ1H lP 10 :r-e-
2. BASE CClJRSE TD BE C'TB Tl1'E A CR B BASE UA.ttll,IL (CEMEHT
CClfTDfT TO MA'TD( PQ. CPERAllCNS) ClR TIK A f\D8A5E.
3. MSIE WAlDl!M.. UNDEt aJRII Ir CUTlEt ANO IOttlD IAOC aF
CUft8 lO IIIE SAS3DIMY T0 am!I ti: OU'Tm\ PAY l1DL
-~------r-<r -----~
,,. .. ..., ____ , . ...,. _____ ,__,,.
EXJS]NG SJRITT-ADJACENT TO PAVEMENT IMPROVEMENTS
1111[:.
C:OWACTm ACCEl'T.taX
NATM: BACXFIJ. PER
SEC'TXJN 31 24 00
MNWllil EXCAVA.11(J(
OIJ!UHE FOR S1RE£T
COIS11IIJCT1Qt
mamo,._...
Oft ,r IA$[ CXJUll5C.
1. ...._.. ~ IS 'L-0°. WAltH EXISl1HO '111)1H t.-11:t 'L-e•
2. BASE WAlDILAL LN>Ot aJR9 • 0UTTEJt NfO 90IND SAO( Cl
CUat TO IIIE Sl.8SOINn' 10 QJ"8 Ir QJ'TllK PAY nDt.
3. ASl'tW.T 'TIWfS'nCIC TO eE: PAil "5 21'NtA1E SI not.
SEE NOTE 1 %-t"MIN.~------r-<r -----~
EXISTING SJRITI
CITY OF FORT WORTH, TEXAS
STANDARD CURB AND GUTTER
REVISED : 03-10-2022
32 16 13-D534
7
fl BARS o 1a· o.c.a.w.
T
12" LONG f4 BAA
0 24" o.c.
lHS HALF OF DOWEL TO BE
COATED Wl'TH ASPHALT CR
GREAS£ SHOUID E£ Allll£D.
SUPCl,P
1/2" • 24" SMD01H RCUIO
BAA O 24" O.C. l.WQMUM
EXPANSION JOINT DETAIL
e,• MIN.
SIJEWAU< alOSS SI.OPE
~ MAX.
II I
,--....i-..,.11=s =s =1s=1f....,----+---' ~
fl BARS O 18" "-._COMPACTED
O.C.8.W. SU8CRADE TO
ao,c OEHSITY
SECTION YJEW
SIDEWALK ADJACENT TO CURB
5• Mtl
IE::1 11
~ 9 • p1s11=111=1 11
11 9 19 1 ~ t...l ~
fl BARS O 111" "-._ COMPACTED
O.C.8. W. SU8CRADE TO
too: DENSITY
SECTION VIEW
SIDEWALK
r'.:"l"'..l:/""\ I y I y y "'~--~~ ti I
{ f I J II IL~~!b:J 11µ1
CURB
1. 'W•SIDEWAU< "1D1H ,:/ MIN . N«l 8' IF SIDEWAU<
IS ADJACENT TO CURB, CR GREATER AS
INDICATED ON 1lfE PU.NS.
PLAN.
REINFORCED CONCRETE SIDEWALK
PAY LIMITS -SIDEWAI..X
a' MIN
SIDEWAU< alOSS 51.CPE
~MAX.
3/4" OVJ,IFER
12" LONG f4 BAA
0 2,· o.c.
MATCH
CURB
HEJGHT
NQTES;_
SECTION YIEW
SIDEWALK ADJACENT TO CURB Willi RETAINING WALL
1. SIDEWALK PAID PER SQUARE FOOTAGE OF WALKWAY.
2. RETAINING WALL PAID PER SQUARE FOOTAGE OF WALL FACE.
3. TI-IICKENED EDGE UNDER SIDEWALK AND RETAINING WALL IS
SUBSIDIARY TO SlDEWALK AND WALL. RESPECTIVELY.
CITY OF FORT WORTH , TEXAS
SIDEWALK DETAILS
(SHEET 1 OF 2)
12"
REVISED : 6-10-22
32 13 20-D546
111:::l l
PAY UMliS -SIDEWALK
5' MIN.
REINF'ORCEMENT AS SHOWN
IN BELOW SECTION
SIDEWALK CROSS SLOPE ~
2:C MAX.
ISSIS II
13 BARS o 1a· LCOMPACTED
O.C.B.W. SVBGRADE TO
90X DENSITY
SECTION VIEW
SIDEWALK WITH MONOLITHIC CURB WALL
MATCH
CURS
HElGHT
PAY UMliS -SIDEWALK
6' MIN.
13 BAR O 18" O.C.
13 BAR
SIDEWALK CROSS SLOPE :z:c MAX.
13 BARS 0
18" O.C.B .W.
SECTION VIEW
TAMPED
TOPSOIL
SIDEWALK ADJACENT TO CURB WITH MONOLITHIC CURB WAL L
NQIES;_
1. SIDEWALK AND CURB WALL TO BE PAID WITH SEPARATE BID ITE MS :
SIDEWALK -SQUARE FOOT
CURBWALL -LINEAR FOOT
2. FOR CONTINUOUS WALL LENGTH THAT TRANSITIONS TO MORE THAN 12"
HEIGHT, USE RETAINING WALL DETAIL FOR ENTIRE LENGTH .
CITY OF FORT WORTH , TEXAS
SIDEWALK DETAILS
(SHEET 2 OF 2)
REVISED : 6-10-22
32 13 20-D546
SECTION 00 52 43
AGREEMENT
00 52 43 - 1
Ag re e ment
Page 1 of6
TIDS AGREEMENT, authorized on Feb. 14, 2023 , is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Jasco Construction, LLC
authorized to do business in Texas, acting by and through its duly authorized representative,
("Contractor"). City and Contractor may jointly be referred to as Parties.
City and Contractor, in consideration of the mutual covenants he reinafter set forth , agree as
follows:
Article 1. WORK
Contractor shall complete all Work as s pecified or indicated in the Contract Documents for th e
Project identified here in.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally descr ibed as follows:
UTILITY CUT REPAIR CONTRACT 1 2023
City Project No. UC-01 2023
Article 3. CONTRACT PRICE
City agrees to pay Co ntractor for performance of the Work in accordance with the Contract
Documents an amount, in current fund s, of Three Hundred Thousand & 00/100 Dollars
($ 300,000.00). Contract price may be adjusted by change orders duly authorized by the Parties .
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for F inal Acceptance within 365 days after the date when the
Contract Time commences to run , as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General
Conditions.
4.2 Liquidated Damages
Contractor recognizes that tim e is of the essenc e for completion of Milestones , if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual lo ss suffered by the City if the Work is not completed on
time . Accordingly, in stead of requiring any such proof, Contractor agrees that as
liquidated damages for delay (but not as a penalty), Contractor shall pay City Two
Hundred -Ten & 00/100 Dollars ($210.00) for each day that expires after the time
specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of
Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRU C TION SPECIFICATION DOCUMENTS
Revi se d 8/22/2 022
UTILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 1 202 3
Article 5. CONTRACT DOCUMENTS
5 .1 CONTENTS:
00 52 43 - 2
Ag ree ment
Page 2 of6
A. The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compli ance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance ACORD Form(s)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
1. MBE and/or SBE Uti li zat io n Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described in the Table of
Contents of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8 . Documentation s ubmitted by Contractor prior to Notice of Award .
9. The following wh ich may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Fie ld Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 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 arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by any act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation , indemnity for
costs, expenses and legal fees incurred by the city in defending against such claims and
causes of actions.
C ITY OF FORT WORTH
STANDARD CON STRU CTION SPECIFI C ATION DOCUMENTS
Revi se d 8/22 /2022
UTILITY C UT REPAIR
CONTRACT I 2023
C ity Project No . UC -01 2023
00 52 43 -3
Agree ment
Page 3 of6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification
provision is specifically intended to operate and be effective even if it is alleged or
proven that all or some of the damages being sought were caused, in whole or in part,
by any act, omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms .
Terms used in this Agreem e nt which are defined in Article I of the General Conditions will
have the meanings indicated in the General Conditions.
7 .2 A ss ignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7 .3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants , agreements and
obligations contained in the Contract Documents .
7 .4 Severability/Non-Waiver of Claims .
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken , and all
remaining provi s ions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
thi s Agreement or to exerci se any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion .
7.5 Governing Law and Venue .
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division .
7 .6 Authority to Sign .
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this
Agreement shall terminate on the last day of the fiscal period for which appropriations were
received without penalty or expense to City of any kind whatsoever, except as to the
portions of the payments herein agreed upon for which funds have been appropriated .
C ITY OF FORT WORTH
STANDARD CONSTRUC TI ON SPEC IFIC ATION DOC UMENTS
Revi sed 8/22 /2022
UT ILIT Y CUT REPAIR
CONTRACT I 2023
C ity Proj ect N o . UC -0 I 202 3
7.8 Prohibition On Contracts With Companies Boycotting Israel.
00 52 43 -4
Agreemen t
Page 4 of6
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel ; and (2) wi II not boycott Israel during the term
of the contract. The terms "boycott Israel" and "company" shall have the meanings
ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this
contract, Contractor certifies that Contractor's signature provides written
verification to the City that if Chapter 2271, Texas Government Code applies,
Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government
Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13 , § 2), the City is prohibited from
entering into a contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company (with 10 or
more full-time employees) unless the contract contains a written verification from the
company that it: (1) does not boycott energy companies ; and (2) will not boycott energy
companies during the term of the contract. The terms "boycott energy company" and
"company" have the meaning ascribed to those terms by Chapter 2274 of the Texas
Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent
that Chapter 2274 of the Government Code is applicable to this Agreement, by
signing this Agreement, Contractor certifies that Contractor's signature provides
written verification to the City that Contractor: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of this
Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries .
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is
prohibited from entering into a contract for goods or services that has a value of $100,000
or more which will be paid wholly or partly from public funds of the City, with a company
(with 10 or more full-time employees) unless the contract contains a written verification
from the company that it: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade
association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code
(as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274
of the Government Code is applicable to this Agreement, by signing this Agreement,
Contractor certifies that Contractor's signature provides written verification to the
City that Contractor: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate against a firearm entity or firearm trade association during the term of
this Agreement.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICA TTO N DOCUMENTS
Revised 8/22 /2022
UT ILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC-0 I 2023
7.11 Immigration Nationality Act.
00 52 43 -5
Ag ree me nt
Page 5 of6
Contractor shall verify the identity and e mployment eligibility of its employees who
perform work under this Agreement, including completing the E mployment Eligibility
Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of
all 1-9 forms and supporting eligibility documentation for each employee who performs
work under this Agreement. Contractor shall adhere to all Federal and State laws as well as
establish appropriate procedures and controls so that no services will be p e rformed by any
Contractor employee who is not legally eligible to perform s uch services.
CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS
FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF
TIDS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to
Contractor, shall have the right to immediately terminate this Agreement for violations of
this provision by Contractor.
7.12 No Third-Party B e neficiaries.
This Agreement g iv es no ri ghts or benefits to anyone other than the City and the Contractor
and there are no third-p arty beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers , employees, and
subcontractors, for any claim arising out of, in connection with , or resulting from the
engineering services performed. Only the City will be the beneficiary of any undertaking by
the Engineer. The presence or duties of th e E ngineer's personnel at a construction site,
whether as on-site represe ntatives or otherwise, do not make the E ng ineer or its personnel
in any way responsible for those duties that belon g to the City and/or the City's construction
contractors or other entities, and do not relieve the construction contractors or any other
entity of their obligations, dutie s, and responsibilities, including, but not limite d to, all
construction methods , means , techniques, sequences , and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the
Contract Documents and any health or safety precautions required by such construction
work. The Engineer and its personnel have no authority to exercise any control over any
construction contractor or other entity or their employees in connection with their work or
any health or safety precautions.
C ITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFICATION DOCUM EN TS
Revised 8/22 /2022
UTILITY CUT REPAIR
CONTRACT I 2023
City Project No. UC-0 I 2023
00 52 43 -6
Agreement
Page 6 of6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreeme nt to be
effective as of the date sub sc rib e d by the C ity 's des ignate d Assistant C ity Manager ("Effective
Date").
Contractor:
By:
S ign at ure
(Printed Name)
T it le
Address
C ity/State/Z ip
Date
CIT Y OF FORT WORTH
STANDARD CONSTRUCTION SPEC IF ICATION DOCUMENTS
Rev ise d 8/22 /2022
C ity of Fort Worth
By:
Dan a Burghdoff
A ss istant City Manager
Date
Attest:
Jannette Goodall , C ity Secretary
(Seal)
M&C: 23-0126 .
Date: Feb. 14, 2023
Form 1295 No.: 2023-968414
Contract Compliance Manager:
By signing, I acknowledge that I am the perso n
re s ponsi bl e for the monitorin g and
admini stration of this contract, in c ludin g
ensuring a ll p erformance and reporting
requirem e nt s.
/iiJ;"uQ_
Senior Engineering Tech
Approved as to Form and Legality:
Dou g la s W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
Chris Harder, P.E .
Director,
Water Department
UT ILITY CUT REPAIR
CONTRACT I 2023
C ity Project No. UC -0 I 2023