Loading...
HomeMy WebLinkAboutContract 62671-PM1CSC No. 62671-PM1 FoRTrrix PROJECT MANUAL FOR THE CONSTRUCTION OF LOTS 39R-1, 39R-2, 39R-3, BLOCK 29, LAKE WORTH LEASE IPRC Record No. IPRC24-0103 City Project No. 105590 FIDNo.30114-0200431-105590-E07685 X File No. X-28206 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth DECEMBER 2024 MJ Thomas Engineering, LLC. 4700 Bryant Irvin Court, Suite 204 Fort Worth, TX 76107 (817) 732-9839 TBPE #F-9435 0 MICHAEL A. THOMAS ®9 ® 93640 ®�¢ ss1 AL ENG® 1210512024 OFFICIAL RECORD CITY SECRETARY Fr. WORTH, TX 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nno�3 Last Revised i 00 41 00 00 42 43 0043 13 lastF ,etiors t Bidde :s Bid Fefm Proposal Form Unit Price Bid Ben 03 0 04104 05/22/2019 04104 nno n�= Bidde :s Pf:eq, alifieatiea's Prequalification Statement nn in 4 09/01/2015 00 45 12 00 45 26 Contractor Compliance with Workers' Compensation Law i 04/02/2014 nQ i 004540 00 52 43 Mine -ity Business Enterprise Ge Agreement a 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 813129 01 32 33 Pr-eieet Meet* - Preconstruction Video 07101/2 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 0177 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.2ov/ti)w/contractors/ or httvs:Happs.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 02 4414 r 44it- , n o,.,ey i / n t..,,., efff,,o,.t 11 /�12 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34-13 Gentr-elled Lew St,.engtt, >\ R.,tofia (C SM4 12 /�12 038000 >\aedif;,.., iefis t Existing r fef:ete Stfuet,, -es 1 �7 /7zz 20ao z Division 26 260500 260533 Eleetr4eal Ge+n,,.,.r A,V itResults f ,-Ele t,.;ea Raee., ays and Be) az'or El ao,4.�at ci,,4ems 1111 / 3 1 �� /wiz 2tip Uade-gr-e,,..,1 Distets a -a Raee,. ays f ,- L l oobrai al E"i,,s4effts 0� /no 1�, 011 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 0 1� Erosion and Sediment Control Gabiens 12/20/2012 171 /7zz�-20QO12 1 /'f�rzvriviz 3 Division 32 Ripr-ap - Exterior Improvements 2 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3�-A�8 To,.�,,...fa -.. o,...;,- '1r,�ralt 1�' D r,,.. rg n opal 1 2 /'v fr�-zriviz 11 /'�12 320129 32 1123 ef:ete Pa-y Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 12/20/2012 32 1273 Asphalt Paving Crack Sealants n .,' 12/20/2012 11 /�12 32 13 3 3'�9 32 1373 Cenefete —: Cone,.ote Side alk-o, D"7.,eways andnafr-;o. Fr-e3 ItamN r,., r iat Sealants Pa-y 06/no c�a 11 /�1-2 32 14 16 32 16 13 e fete ng lfiai Goner-ete Curb and Guaer-s and Valley Gutters- 11 /�4-2 10/05,9016 CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 1 ^7 25 Gu -b Adozz 11/04,9013 3231 a Gates 12/2n/2n12 3 C�nr. F��r� �- 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 2 2� Sewer- and Manhole e Tesfin . 1 21 /2rcrc�042014 33 0131 ZZ 10 22�o 22�= Closed Gi-euit Television //-CT37\ Tripe, fie,. %�--03 ,aE-- PuW jig 9fExisting Sewer- Systems TeipA B.,n.a;n.. a -a Qeetfieal lsela4ie (`.,.-Fesio.. !'',,.Afel Test Stations n 03/ow,-�6 12/'frz�-2042012 12/2rLr20 2012 12/20QO12 33 04 12 33 04-30 33 04 40 >\aagaes;,,,. Anode C thed n,.,.teet; n System To.,.,,.,.,.ary Water- Seryi , Cleaning and Acceptance Testing of Water Mains 12/20QO12 07/n�n 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering > Y �a 12/20/2012 /22/2n16 �--�� Grade Rings Cast zc'lii��E6v t�ivix Adjusting sue,. MafAieles, inlets, Valve St�Et 01 �v to �� nc 1n TJ--v�-TT 22� 22�T 330520 20Auger-ng 3305 21 n`TJ`TJ � > and r-es Gfade r,., e fete Wme - A7..,,1ts- (''. ,.rote C llafs Tum..IC. Umar- P1&4e 12/2n/2n12 rtravravzz 1 21 /2 z 121 /2 z 121 /2 z 12 /�12 330522 Steel-Cacivvg Plr,a 12 /�12 33A3-23 22�4 d Tur�c�lixg -ie - 1 2 / 2n/2n12 �� n6llvvrririvi3 33 05 26 last.,ll.,t;.....,f CaF Pipe i Casing or- Tunnel Liner- Plate Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets T,,,,.t;le T,-e 12/20/2012 1 2 /2rz� 33 11 0 1 1 11 Pipee Th,vc[ file Iron Fittangrz 20, 2012 1 2 /2rz�-20, 22012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 22 2 .� 11 1., 0 Ba f IALF,,.,-.0.7 Stool Cylinder- Type Eene�et� P�0LCi10 Pik.,, /2n12 12/2n�� ?�3 11 11 lied Dejd Pry and ttings 12/�12 33 1210 Water Services 1-inch to 2-inch 02/14/2017 12 1 2 1 1 22�o Large rge Water- Meters !`_.,te 1 2/"f�12 33 1221 Resilient Seated Valve A W k P_ubsbCzr Fe.,toa n„Ater fly Valves 12/2042012 1 21 /2 z 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 22�0 E .n''a' is !.1.,,., Air- Valve Assemblies for- Potable Txl4e- Systo > ;..� 12/'fez /n4 33 1250 Water Sample Stations 01 12/20/2012 CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised March 20, 2020 Z'2�o l.. ✓ 17 33 22� 33 31 20 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 ct.,,ndai-7,1 Blow f f Valve n ssemb! 06/1 4 Cu-e i Ulaee Pipe (CIDD) 12/20QO12 �z Fibefg1mi Roicf;,fee Pipe for- r -a-y t., EG,.Aitaly-Sewefs 12/20QO12 High Deas;t, Pelyethylene (HDPE) Pipe fe f Sanitary Sewe,- 12/7 z Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 Polyvinylrhlef:i ClosedD- file n t„ Sa* tafy Sewer- �� e (PVC) ay 17/7z Ape �2 can tafy Se I 12 /20/-20 2 � �r flip ��rn g �� 3331 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 E .(�''a�1'/i: !.1.,,., Air- Valve - c_an-1; y Sewer- Fo -ee Mains 12/7rc�-20QO12 22� 33-3-9-20 C" C P.Vae Cene -ete Manholes es 1 2/7 z Preeast r..n e-ete A,Ta hel12/7zz�-20QO12 333930 30 33 3940 333960 60 33-44 10 Fibe-glass Manholes 12/20A2012 xx rite, awe . n eoess Chamber- (W n r4 12/20A2z T.'..ex-y T o � F.(��a1.'�a�.o',,7j, co.:,o.- c�.-.,..*,,,-o� 12/7rcr20QO12 Rei f:.fee r,,. ct,.,..,., Sewer- Pipe/Gt lyet4s n7/no 1�, 014 ✓� 11 11 e fete High Deas;t„ Pelyethylene (HDPE) Pipe fe f ctzv✓�< ir. 1'f1 /i Lrz0A2 11 12 3346 00 Rei fefee.l Pelyethlene (ERPE) Dire 1 11 1 /1 5 c„h� 11 Piz 33 4601 Slotted St3rm I . �Ff n�/no 1�, 01z 33-46 02 Tfmo h DimionJ n7/no 1�1 33 49 0 t Manholes . 1 I,metie >?e*es 12/'ice C[�lC Pl�:� !filets 1 /'fez 33 4920 200 ZZ�v Curb andD -ep 2 14ead . a is .,n �xh......,.,lls 07/0 01 1 �tOY Ii\1^� �z Division 34 - Transportation 34 41 10 T-F ff; Signals 104242 rrz2/2n1 c �v rv�-avz� 34 41 1001 A it t 12/1 84201 C .-r rrttCi i�eflt�i i�atf6aer � nec �zrrartvz 3n n�02 Att-aehfneattB Gentfoltz bposifiea4ien 0�0Q 34� 41-10.03 Attaeliment C; Sefi..'6z — Speei iea4ie 0 2 ?/1 11 11 -ro,,.,per-.,,.y T -affie Signals 111 1 /' 3 34 41 �3 rLravravzz 34 414 5 Reeta*gular'W d Fllw.h�x� 111 1 /7 3 34-416 gedoG*�m Ilybf goal 11 /'�13 34 0 Assemblies 12/20QO12 �I1 �' �3C1dt1"" 2n n�nolr I I n6/1c/201c aria �D P. - .�.�ri��ras �>� 34 .� Residefftial LED Roadway Dam-1-nmi—es o�� 34-4130 Allmlixurm f/.gns 11 /1�13 34 4150 Single Tiede Fite- Optie Cable 02/moo 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 5 GG4,91 Ac�Lulit.,, ^f Tom� Fib-4.02 E,ubmr e ��r .,,a;�; GG 4.06 Lac., .dour Eiwir-enfnental Condition . 4 S4e GG 6..0.6.D n d ✓winrjoo Er. -Pr rjo Cemplia-nee GG 6.07 Ives GG 6.09 D,,.mits and U444ies 1 1`Oxdisarimryatiox GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised March 20, 2020 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Inrnrmation 004243 13AP-00 PROPOSAL Page I .(I Bidder's Application Didders Proposal Bidtist Item) Description I Spccificalion I Unit of I Bid Unit Price Bid Va1uc Na. l Section No. M1fersure Quantity UNIT I: WATER)MPROVEMENTS _ 1. _ 0170.0100 Mobilization 01 7000 _. EA.--.— ___- - -1 $5.108.00 2- 03201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential_ 3101.17 5Y _ 2 ___i4,375.00 _ 58,750.00 3. 3312.2003 1" Water Service _ _ _ - 13 171f) FA g4 S120.00 $11.280.00 TOTAL UNIT I' WATER IMPROVEMENTS $25.138.00 UNIT II- SANITARY SEWER IMPROVE; ENDS 1. 9999.0001 Connect to existing 2" Forced Main Do 00 00 EA 3 $3,475.00 _ $10,425.00 2. 9999.0002 1.5" Forced Main 00 00 00 LF --- -- 100 - 40 340.00 - $1.S00.dd 3- 9999.0004 Grinder Pump System 00 00 EA — - - - - 3 $14,150.00 _ $42.450,00 - - $54.475.00 Bid summary UNIT I: WATER IMPROVEMENTS $25,138.00 UNIT It: SANITARY SEWER IMPROVEMENTS 554 475.00 Total Consfrnetion Bid ST9,61100 This Bid is submitted by the entity named below: BIDDER: BY: Ri" I+ PO Seer40 1, LC Pt1 nns :{11i [ k•Ilu rut,. I 76033 TITLE: 0,+nrr DATE: F/z + 1 �� t Contractor agrees to complete WORK r9r FINAL ACCEPTANCE "ithia CONTRACT coon into ces to run as provlded [u the Cc tic rat Cooit ilium . F.,ND OP SECTION CRl•OF FORT WORTH STANOA R O CONSTR UCTION SPrkl;w ICATION nOCt1Mf I TS - rN-V I:I.OP F R A W AR nrn PRO] F f TS T-M Vm MAY 22, 2919 10 norlinC days after the date whoa the tNf 3%4t 1. 39R-1, 3e+A •1. MIX 29, I.ta WOW$ taus City Pmpra No. 10%$40 E Was 12 DAP PREQUAL[nCATION STATF.ML•NT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work. Tvvc" box provide the complete maior work tvve and actual description as provided by the Water Department for water and sewer and TPW for oavinQ., Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Mains (16" and Day Services, LLC 4/30/2025 Under)for New Development, Rehabilitation, and Redevelopment using open cut construction method _ Wastewater Mains (8" OnIy) for Day Services, LLC 4/30/2025 New Development, Rehabilitation, and Redevelopment using open cut construction method _ Miscellaneous work restricted to Day Services, LLC 4/30/2025 Longvue Church, Water & Sanitary Sewer Services for Heron Dr. Lot 39R-1, 39R-2, 39R-3. Block 29 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Day Services, LLC PO Box 2403 Cleburne, TX 76033 BY: Rick Da\ (5i natu TITLE: D 4Z"'i DATE: END OF SECTION CITY OF SORT WORTH StANDARD CONSCRUCTON PREQUAUFlGTION STATEMENT- DEVE1DPfR AWARDED PROACTS W 45 11 Pr"uahfiution $taJcmtnZ 1015_ DAP Foe Vefu0n Sepmffb F 1, loss 04 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation, insurance coverage for all of its employees employed on City Project No. 105590. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Dav Services, LLC Company PO Box 2403 Address Cleburne, TX_76033 City/State/Zip THE; STATE OF TEXAS § COUNTY OF TARRANT § By: _ Rick ❑av (Please Print) Signature: -- - Title: Owner (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared V' i C y- Ora , known to me to be the person whose name is subscribed to th.Lregoing instrument, and acknowledged torpa that he/she executed the same as the act and deed of _W YV-evS (AM�f,Yl SM hpvi -- for the purposes and consideration therein expressed and in the capacity therein stated. GIVF=N UNDER MY HAND AND SEAL OF OFFICE this 5vfq day of 20 11% EMI LY LE I GH 1 MY COMMISSION EXPIRrS 06i2Er2028 m f NOTARY ID: 125959845 END OF SECTION re—xas CITY OF FORT WORTH Lots 3911-1, 3911-2. 3911-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviser! April 2, 2014 005243-1 Developer Awarded Project Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on November 13, 2024 is made by and between the 4 Developer, (JHMB Properties, LLC), authorized to do business in Texas ("Developer"), and 5 Day Services, LLC, authorized to do business in Texas, acting by and through its duly 6 authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, 8 agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for 11 the Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a 14 part is generally described as follows: 15 Lots 39R-1. 39R-2. 39R-3. Block 29. Lake Worth Lease 16 City Proiect No. 105590 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within thirty (30) working days after 23 the date when the Contract Time commences to run as provided in Paragraph 12.04 of 24 the Standard City Conditions of the Construction Contract for Developer Awarded 25 Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that 28 Developer will suffer financial loss if the Work is not completed within the times 29 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 5 30 with Article 10 of the Standard City Conditions of the Construction Contract for 31 Developer Awarded Projects. The Contractor also recognizes the delays, expense 32 and difficulties involved in proving in a legal proceeding the actual loss suffered by 33 the Developer if the Work is not completed on time. Accordingly, instead of requiring 34 any such proof , Contractor agrees that as liquidated damages for delay (but not as 35 a penalty), Contractor shall pay Developer five hundred and 00/100 Dollars 36 ($500.00) for each day that expires after the time specified in Paragraph 3.2 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the 40 Contract Documents an amount in current funds of seventy-nine thousand six hundred 41 thirteen dollars and zero cents ($79,613.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between 45 Developer and Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 5 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by 63 attachment or, if not attached, as incorporated by reference and described in 64 the Table of Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract 70 Documents: 71 a. Notice to Proceed. 72 b. Field Orders. 73 c. Change Orders. 74 d. Letter of Final Acceptance. 75 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 78 own expense, the city, its officers, servants and employees, from and against any 79 and all claims arising out of, or alleged to arise out of, the work and services to be 80 performed by the contractor, its officers, agents, employees, subcontractors, 81 licenses or invitees under this contract. This indemnification provision is 82 specifically intended to operate and be effective even if it is alleged or proven that 83 all or some of the damages being sought were caused. in whole or in part. by anv 84 act. omission or negligence of the city. This indemnity provision is intended to 85 include, without limitation, indemnity for costs, expenses and legal fees incurred 86 by the city in defending against such claims and causes of actions. 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 88 expense, the city, its officers, servants and employees, from and against any and 89 all loss, damage or destruction of property of the city, arising out of, or alleged to 90 arise out of, the work and services to be performed by the contractor, its officers, CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 5 91 agents, employees, subcontractors, licensees or invitees under this contract. 92 This indemnification provision is soecifically intended to overate and be effective 93 even if it is alleged or proven that all or some of the damages being sought were 94 caused. in whole or in part. by anv act. omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions 99 of the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and 105 legal representatives to the other party hereto, in respect to all covenants, 106 agreements and obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State 114 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for 115 the Northern District of Texas, Fort Worth Division. 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly 118 authorized signatory of the Contractor. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised June 16, 2016 005243-5 Developer Awarded Project Agreement Page 5 of 5 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in 120 multiple counterparts. 121 This Agreement is effective as of the last date signed by the Parties ("Effective 122 Date"). 123 124 Contractor: Day Services, LLC By: (Signature) Rick Da (Printed Name) Title: Q�t�i+2a"L- Company Name: Day Services Address: PO Box 2403 City/State/Zip: Cleburne, TX 76033 //,//,v/.?�' x Date I Developer: IHMB Properties, LLC By: ✓(Signature) / Michael Barnard (Printed Name) Title: Owner Company name: JHMB Properties, LLC Address: 4237 Wells Drive City/State/Zip: Fort Worth, TX 76135 11-13-24 Date CITY OF FORT WORTH Lots 3911-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project No.105590 Revised June 16, 2016 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision —Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to liability for "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2020 FCCI Insurance Group Insured Copy D06213-1 PERFORMANCE BOND Page 1 of 3 1 SECTION 00 62 13 2 PERFORMANCE BOND Bond Na_ 4409642 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, lay Services, LLC, known as "Principal" herein and g FCCI Insurance Company , a corporate surety(suretjes, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether 10 one or more), are held and firmly bound unto the Developer (JHMB Properties, LLC), 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City"), in the penal sum of seventy-nine thousand six hundred 13 thirteen dollars and zero cants ($79,613,00), lawful money of the United States, to be paid 14 in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made 15 jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction 19 of community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA 24-0151; and 21 WHEREAS, the Principal has entered into a certain written contract with the 22 Developer awarded the 13th day of November , 2024, which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment tabor and other accessories defined by law, in the prosecution of the 25 Work, including any Change Orders, as provided for in solid Contract designated as Lots 26 3911-1, 39R-2, 39R-3, Block 29, Lake Worth Lease, 27 28 CITY OF FORT WORTH Lots 3914-1, 39R-2, 39R-3, Wock 29, Lake Worth Lease STANDARD CITY CONDITIONS - DEVELOPER AWARDED PnOJECTS City Project No. 105590 Revised January 31, 2012 005213-2 PERFORMANCE BOND Page 2 of 3 1 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 2 shall faithfully perform it obligations under the Contract and shall in all respects duly and 3 faithfully perform the Work, including Change Orders, under the Contract, according to the 4 plans, specificatlons, and contract documents therein referred to, and as Wvll during any 5 period of extension of the Contract that may be granted on the part of the Developer and/or 6 City, then this obligation shall be and become null and void, otherwise to remain in full force 7 and effect. 8 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 9 Tarrant County, Texas or the United States District Court for the Northern District of Texas, 10 Fart Worth Division. 11 This bond is made and executed in compliance with the provisions of Chapter 2253 12 of the Texas Government Code, as amended, and all liabilities on this bond shall be 13 determined in accordance with the provisions of said statue. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CITY CONDITIONS- DEVLLOPER AWARDED PROJECTS City Project No. 105590 Revised January 31, 2012 006213-3 PERFORMANCE BOND $age 3 Of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 15th day of November 3 , 2024. 4 ATTEST. (Pri cipal) Secretary WitnerasoPrinoipal ATTEST: (Surety) Secretary _'_0 - . Witness as to Surety 5 PRINCIPAL: Day Services, LLC BY: ��---� Signature !�` Rick Day Name and Title Address: PO Box 2403 Cleburne, TX 76033 •1 SURETY FOCI Insurance Company BY:ljl Signature Haevyn Knobloch, Attorney -In -Fact Name and Tale Address: 6300 University Parkway Sarasota, FL 34240 Telephone Number: 972-338-3393 6 *Note: If signed by an officer of the Surety Company, there must be on file a 7 certified extract from the by-laws showing that this person has authority to 8 sign such obligation. If Surety's physical address is different from its 9 mailing address, bath must be provided. 10 The date of the band shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Lots 3911-1, 39R-2, 39R-3, Block 29, Loko Worth Lease STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No.105590 Revised January 31. 2012 GO6214-1 PAYMENT BOND Page Iof3 1 SECTION 40 6214 Bond No. 4409642 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 9 5 9 KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT 9 7 That we, Day Services, LLC, known as "Principal" herein, and g FCCI Insurance Company , a corporate surety ( or 9 sureties if more than one), duly authorized to do business In the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, JHM13 11 Properties, 1-1-C, authorized to do business in Taxes "(developer"), and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the {penal sum of seventy-nine thousand 13 six hundred thirteen dollars and zero cents ($79,613.00), lawful money of the United States, 14 to be paid In Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly 15 be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by 17 these presents: 1$ WHEREAS, Developer and City have entered into an Agreement for the construction 19 of community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA 24-0161; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 13th day of November ___., 2024, which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of 25 the Work as provided for in said Contract and designated as Lots 3913-1, 39R-2, 3911-3, Block 26 29, Lake Worth Lease. CITY OF FORT WORTH Lots 381R-1, 39A-2, 39R-3, Block 29. Lake Worth Lease STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS City Projoct Na. 105590 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 3 I NOW, THEREFORE, THE CONDITION CP THIS OBLIGATION is such that if Principal 2 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 3 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the 4 Contract, then this obligation shall be and become null and void; otherwise to remain in full 5 force and effect. 6 This bond is made and executed In compliance with the provisions of Chapter 2253 7 of the Texas Government Code, as amended, and all liabilities on this band shall be 8 determined in accordance with the provisions of said statute. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS City Project No. 105590 Revised January 31. 2012 006214-3 PAYMENT BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 15th day of 3 November , 2024. ATTEST: (PrincipaL) Secretary 4�_ y4vv'� Witne s to aPrincipal PRINCIPAL: Day Services, LLC BY; Signature Rick Day -- Name and Title Address: PO Box 2403 Cleburne, TX 76033 SURIE I T: FCCI Insurance Company ATTEST: BY: _ Signature (Surety) Secretary Jn_" &_ Witness as to urety 4 Haevyn Knobloch, Attorney -In -Fact Name and Title Address: 6300 university Parkway Sarasota, FL 34240 Telephone Number: 972-338-3393 �b1l Ill J . y 5 Note: If signed by an officer of the Surety, there must be on file a certified extract 6 from the bylaws showing that this person has authority to sign such obligation. If 7 Surety's physical address is different from its mailing address, both must be 8 provided. 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION CITY of FORT WORTH Lots 39R-1, 39R-2, 39R-3, Btock 29, Lake Wart)* Lease STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS City Project No.105590 Revised January 31, 2012 006219-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6219 Bond No. 4409642 2 MANTENANCE BOND 3 4 THE STATE OF TEXAS � 5 KNOW ALL BY THESE PRESENTS: 6 COLIN7YOFTARRANT § 7 That we, Day cervices, LLC, known as "Principal" herein and g FCCI Insurance Company a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether 10 one or more), are held and firmly bound unto the Developer, (JHMB Properties, LLC), 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City"), in the sum of seventy-nine thousand six hundred thirteen 13 dollars and zero cents ($79,613,00), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto 15 the Developer and the City as dual obligees and their successors, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by 17 these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction 19 of community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA 24-0161-,and 21 WHEREAS, the Principal has entered into a certain written contract with the 22 Developer awarded the_14hL day of _ ._ November _, 2024, which Contract 23 is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to 24 furnish at[ materials, equipment labor and other accessories as defined by law, in the 25 prosecution of the Work, inctudingany Work resulting from a duly authorized Change Order 26 (collectively herein, the "Work") as provided for in said Contract and designated as Lots 27 39R-1, 3911-2, 3911-3, Block 29, Lake Worth Lease; and 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work 29 in accordance with the plans, specifications and Contract Documents that the Work is and 30 will remain free from defects in materials or workmanship for and during the period of two CITY DF FORT WORTH Lots 39R-1, 39R-2, 3BR-9, Block 29. Lake Wonh Lease STANDARD CITY CONDITIONS —DEVELOPER AWARDK) PROJECTS City ProjoQ1 No. 105590 Revised January 31, 2012 0062 19 -2 MAINTENANCE BOND Page 2of3 1 (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); 2 and 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 4 upon receiving notice from the Developer and/or City of the need thereof at any time within 5 the Maintenance Period. 6 NOW THEREFORE, the condition of this obligation is such that if Principal shall 7 remedy any defective Work, for which timely notice was provided by Developer or City, to a 8 completion satisfactory to the City, then this obligation shall become null and void; 9 otherwise to remain in full force and effect. 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being 13 borne by the Principal and the Surety under this Maintenance Bond; and 14 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 15 Tarrant County, Texas or the United States District Court for the Northern District of Texas, 16 Fort Worth Division; and 17 PROVIDED FURTHER, that this obligation shall be continuous in nature and 18 successive recoveries may be had hereon for successive breaches. 19 CITY OF FORTWORTH Lots 39R-1, 39R•2, 39R-S. Block29, Laka Wortft LeSse STANDARD CITY CONDITIONS - DEVELOPER AWARDED PRO)ECTS City Project No. 105590 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 15th day of November , 2024. 4 ATTEST: (Principal) Secretary Witne as to Principal PRINCIPAL: Day Services, LLC BY: — Signature Rick Day Name and Title Address: PO Box 2403 Cleburne, TX 76O33 SURETY, FOCI Insurance Company ATTEST: _- Signature 4 Haevyn Knobloch, Aitorney-In-Fact (Surety) Secretary Name and Title Address: 6300 University Parkway Sarasota, FL_3424O Witness as to Surety Telephone Number: 972-338-3393 5 6 *Nate: If signed by an officer of the Surety Company, there must be on file a 7 certified extract from the by-laws showing that this person has authority to 8 sign such obligation. if Surety's physical address is different from its 9 mailing address, both must be provided. 10 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Lots 3911-1, 39R-2, 39H-3, BtoCk 29. Lake Worth Lease STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City PTO)OGt No.105590 Revised January 31, 2012 FCC 11AUU11MUILANU GENERAL POWER OF ATTORNEY Know all men by these presents: That the FOCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Garland Martin; Robbie Martin; Josh Andrajack; Tina McLelland; Haevyn Knobloch Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $20,000,000.00): $20,000.000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seat of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached, In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July 2020. Attest: Christina p, Welch, President Christopher Shoucair, :4 .9r-AL, ;tea FCCI Insurance Company ,,,,,I { EVP, CFO, Treasurer, Secretary FCCI Insurance Company State of Florida " County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2127/2027 '"""�� PEGOYMM comma brtI rHi 324W ExarwF�+�r�7,�i27 (. �j., Notary Public State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/202T``n2ic� �` Fa uF�dvur27. 1r Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, Da HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 15th day of November 2024 Christopher Shoucair, IFVP, CFO, Treasurer, Secretary FCCI Insurance Company 1•IONA-3592-NA-14, 712421 IMPORTANT NOTICE To obtain information or make a complaint: You may call FOCI Insurance Group's (FCCI)' toll -free telephone number for information or to make a complaint at 1-800-226-3224_ You may also write to FOCI Insurance Group Compliance Department email at StateComnlaintsO.fcci-taraup.com. For Claims, you may write to FOCI Insurance Group Claim department e-mail at newclaim0Jcci-aroup.com,. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Sox 149104 Austin TX 78714-9104 Fax: 1-512-475-1771 Web: httPJ/www.tdi.state_tx,us E-mail: Cons umerPratectionOtdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FOCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FOCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-11-12 Page 1 of 1 Copyright 2012 FCCI Insurance Group. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ...................... 2.01 Before Starting Construction..... 2.02 Preconstruction Conference....... 2.03 Public Meeting ........................... Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... 24 24 25 25 26 26 26 26 26 27 .......................... 27 .......................... 27 .......................... 27 .......................... 27 .......................... 28 Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous .......................................... 14.01 Giving Notice .......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 a a a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page I of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used 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 written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. 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 defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. 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 Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, 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. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, 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. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. 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. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer 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 or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, 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. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. 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. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —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. 39. 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. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required 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 Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined 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 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. 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. C. Furnish, Install, Perform, 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. D. Unless 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 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. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, 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 the 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 or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating 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 following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All 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 coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City 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. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such 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 Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney 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 insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.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 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 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. All 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 these Standard City Conditions. 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. 6. 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 primary coverage. 7. 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 insurance coverage. 8. 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%. 9. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. 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 claims 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. 12. City shall 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 parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance 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. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit 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 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 policy, unless the City approves such exclusions in writing. 1. 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 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. 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 of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned 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. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage 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 following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Write the name of the railroad company. (If none, then write none) 2. 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. 3. 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: a. General Aggregate: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance 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 entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. 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 - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No 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. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad 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 all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 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 Developer and City shall so notify the Contractor in writing within 10 Business 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 Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall 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 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- 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. 5.02 Labor; Working Hours 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. 5.03 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 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. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 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 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 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" Items: 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 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 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 5.05.A.1, 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 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. 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; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods 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 substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed 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 Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute 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. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE 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 the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. 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. B. 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: 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. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. 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 these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. If Not Required for this Contract. 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 calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith 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 final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. 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 Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent 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 any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall 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 responsible for monitoring 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, architects, attorneys, and other professionals and all 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 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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 finish the section on which operations are in progress before work is commenced on any additional area of the Site. 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 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, 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 Debris 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 or Developer, 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 shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to 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 Structures: 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. 5.12 Record 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 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. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising 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 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall 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. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity 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 duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted 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 required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. 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 whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 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 acceptance 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. 5.17 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 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 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 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. 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 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. 5.19 Delegation of Professional Design Services 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 seal 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, 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 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during 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. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. 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. 5.21 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 VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 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. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities 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 thereto, 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 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 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 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative 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 Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative 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 Representative'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 Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations 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 Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative 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 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative 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). ARTICLE 9 — CHANGES IN THE WORK 9.01 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 Participating 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 on a project with City participation, a Field Order may be issued by the City. 9.02 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 will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or 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) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 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. 11.02 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. 11.03 Tests and Inspections 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 of Licensure 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 approved by 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 11.03 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance 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. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply 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 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective 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 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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 5.10.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. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, 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 and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective 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 11.06.A, or if Contractor fails to perform the Work in accordance with 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 and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 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 and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution 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 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed 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 by City 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.1, City and Contractor shall make an inspection of that part of the Work to determine its 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. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. 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 upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. 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. 5. 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. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 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 reason, the City will stop contract time on City participation projects. B. Should the 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 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 i£ 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 confirmation of receipt by the receiving party. 14.02 Computation of Times 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. 14.03 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations 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 final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Paget of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 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 0 - 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. 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 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 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 Division 0 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 ftom 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. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 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 representatives 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 resulting 30 ftom 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. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 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 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. 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 schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined 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 Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013216-1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IWAKUW41W.Iel7Z%140IBlel89ZIZy011117V 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. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 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 A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 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 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 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] CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated 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 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". 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 assigned 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 triangle or other similar 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 will 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, will not entitle the Contractor to an extension of Contract Time. 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 complete will be returned to the Contractor, and will be considered "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 Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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] CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 1040IZI]wlX40Y1.130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 01 3513 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. [Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 27 1.2 REFERENCES 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 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 01 35 13-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 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 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean Construction Specification [if required for the project] 1. Comply with equipment, operational, reporting and enforcement requirements set forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 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 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 FORT WORTH Date: DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS 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: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 form of distribution approved by the City. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Lots 39R-1, 39R-2, 3911-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Lots 39R-1, 39R-2, 3911-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 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] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 3911-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 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. 1.3 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. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC 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. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015813-1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Lots 39R-1, 39R-2, 3911-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 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 A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yW.307Z%140IDleh89,11101111114`1V A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. 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 per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 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] CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) 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. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 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 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 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 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Lots 39R-1, 3911-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Lots 39R-1, 3911-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Lots 39R-1, 3911-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -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 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit 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. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. 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 panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 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. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 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 DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion 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 will 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 clearly mark any deviations from Contract Documents associated with installation 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 colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically 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 items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling 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 specifically issued in writing by the City. B. Final Project Record Documents 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. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 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: 1. Division 0 — 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 list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. 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. B. 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 List. C. 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. D. See Section 0133 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] CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 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 DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Lots 39R-1, 39R-2, 39R-3, Block 29, Lake Worth Lease STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 FORT WORTH., CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Comnonents 33-39-10 (Rev 2/3/161 I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH I 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/13) I I 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flovdite ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NIT 1274 ASTM A48 & AASHTO M306 30" Dia. I3305 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" this. I33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. I 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia I 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rmus) RE32-R8FS 30" Dia. I 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. I 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia I 07/19/11 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 1 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 1 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lack 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cove 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 Bev 2/3/16) I* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. I* 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I 04/20/01 I 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Tev 1/8/13) I * 33 39 10 Manhole, P ecast Concrete Hydro Conduit Corp SPL Item 449 ASTM C 478 41" I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 1.513 33 39 10 Manhole, Precast Concrete The Tumer Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" I 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 41" Diam w 24" Ring I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concretc US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Sod. MH cannot be 12/29/23 1 33 39 20 Wastewater Access Chamber Quickstrearn Solutions, Inc. Type 8 Maintenace Shaft Po it installed due to d th Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I* EI-14 Manhole Rehab Systems Ouadex I 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP EI-14 Manhole Rehab Systems AP/M Permaform I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I08/30/06 I General Concrete Repair FI-Krete Technologies Vinyl Polyester Repair Product Misc. Use I * From Original Standard Products List 1 FORT WORTH., CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssification I Manufacturer Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 EI-14 Manhole Rehab Systems Spravrog, 12/14/01 Coating for Corrosion protection(Exterior) ERTECH 01/31/06 Coatings for Corrosion Protection Chesterton 8/28/2006 Coatings for Corrosion Protection Warren Environmental 1101 16, 1111 11, 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises * 33 05 13 Manhole Insert South Western Packaging * 33 05 13 Manhole Insert Nofiow-Inflow 09/23/96 33 05 13 Manhole Insert Southwestem Packing & Seals, Inc. 09/23/96 33 05 13 Manhole Insert Southwestem Packing & Seals, Inc. Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. 04/22/97 Casing Spacers Cascade Waterworks Manufacturing 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator 05/10/11 Stainless Steel Casing Spacer Powerseal 03/19/18 Casing Spacers BWM 0Jll-ig Casing Spacers BWM 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems Water & Sewer - Piues/Ductile Iron 33-11-10(1/8/13) Model No. National Spec Spray Wall Polyurethane Coating ASTM D639/13790 Series 20230 and 2100 (Asphatic Emulsion) Arc 791, SIBB, Sl, S2 Acid Resistance Test S-301 and M-301 RR&C Dampproofing Non-Fibued Spray Grade (Asphatic Emulsion) Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Lifesaver - Stainless Steel TetherLok- Stainless Steel Carbon Steel Spacers, Model SI Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Coated Steel Casin Spacers 4810 Powerchock SS-12 Casing Spacer(Stamless Steel) FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing CSCI2, CSS12 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ducble Iron Pipe U.S. Pipe and Foundry Co. AW WA C I50, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatin¢s/Enoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Indmon Protect, 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatines/Polvurethane Updated: 12/29/2023 Size Structures Only Sealer Applications Sewer Applications For Exterior Coating of Concrete Structures Only For 24" dia. For 24" dia. For 24" dia. For 24" dia. For 24" dia Up to 48" Up to 48" Up to 48" 3" thin 24" 4" thm 30" 4" thin 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pines/Concrete * E1-04 Conc. Pipe, Reinforced one. Wall Concrete Pipe Co. Inc. ASTM C 76 * E I-04 Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products - — - -, - ASTM C 76 * E I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscam Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously * From Original Standard Products List 2 FORT WORTH., CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. ]Classsification Manufacturer Model No. National Spec Size Sewer - P1De/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 Sewer - PiDe/Polvmer PiDe 4/14/05 Polymer Modified Concrete Ape Amitech USA Meyer Polycrete Pipe AS— C33, -16, -17 8" to 102", Class V 06/09/10 EI-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - PiDes/HDPE 33-31-23(1/8/13), * High -density Polyethylene pipe Phillips Driscupipe, Inc. Opficme Ductile Polyethylene Pipe ASTM D 1248 8" * High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density polyethylene pipe CSR Hydro Condun/Pioeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-1/1 DR PVC Pressure Pipe Pipelife -.neam PVC Pressure Pipe AW WA C900 4" thin 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thin 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-211 PVC Sewer Pioe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thin 15" * 33-31-20 PVC Sewer Pioe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thin 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie SDR-26 (PSI 15) ASTM D3034 4" thin 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie GravitySewer PS 1I5 ASTM F 679 IV * 33-31-20 PVC Sewer P' - 1-M ManufacfrinVo, Inc. (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 1811 to 48" 04/27/06 33-31-20 PVC Sewer Fittings Hareo SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - IS" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlak) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Pipelife Jet Stream SDR 26 ASTM D3134 41'- IS" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pioe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" Sewer - PiDes/Rehab/CIPP 33-31-12 (01/18/131 * Cured in Place Pioe Insin— Texark, hic ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASF-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technooay (Inliner USA) In r—Technology ASTM F 1216 Sewer - Pines/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insifform Technologies, Inc. Insifferm "NuPIne" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipehner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 UP to 18" diameter Sewer - Pipes/ODen Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vvlon Pipe Carlon Vvlon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed UPonor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Cormgated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) Sa-Tite HP Triple Wall Pipe ASTM F 2764 30" to 60" * From Original Standard Products List 3 FORT WORTH., CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssificafion Manufacturer Model No. National Spec Water - Auour^enances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1/25/2019 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/1/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 FB6004-NL, FBI600-4-NL, B11-444-WR- 5/25/2018 334240 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Cub Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stor s-Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 334240 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-lEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Concrete Meter Box Bass & Haw CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Haw CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Haw CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO 4143C, #145C and 4147C Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darting Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 l0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 O1/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 Updated: 12/29/2023 Size 1 "-2" SVC, up to 24" Pipe 1"-2"SVC, up to 24"Pipe 1"-2"SVC, up to 24"Pipe 3/4" and 1" 1 "-2" Taps on up to 12" Up to 30" w/12" Out Concrete Pipe Only 4"-8" and 16" U p to 42" w/24" Out Up to 24" w/12" Out Up to 30" w/12" Out 4" to 30" Class "A I"&2" 1/2" 1"&2" 1" 2" & 3" 4" - 10" 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Pines/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 12/05/23 33-11-12 PVC Pressure Pie Vin ]tech PVC Pipe DR14 ASTM D1784 V-16" AWWA C900, AWWA C605, 12/OS/23 33-11-I2 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pmelife Jet Stream DR14 AWWA C900 V-12" 1 3/19/2018 3311 12 PVC Pressure Pipe Pivelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Comoration DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 n q 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-I" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4%12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4% 12" Water - Pines/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fitti AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilmes Division Mechanical Joint Finings, SSBlass 350 AWWA C 153, C 110, C 111 08/11/98 E I-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Finings AW WA C153 V-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co./Th i-Flange Uni-Flange Series 1400 AW WA C I11/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Luck AW WA C111/C153 4" to 24" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc One Bolt Restraned Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-I1 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (f DI Pipe) AWWA C1 11/C116/C153 4" to 42" 02/29/12 33-11-I1 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AWWA C1I 1/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glams(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA Cl 11/C153 12" to 24" 08/10/98 EI-07 MJ Fittmgs(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 EI-24 Interim Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 EI-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargnp Series 4000 ASTM A536 AW WA C111 11/07/16 33-11-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA Ct 11 EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 3341-I1 Mechanical Joint Rommer Glands SIP Industries(Serampore) ASTM A536 AW WA C111 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA C] 11 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DRI8 PVC Pipe ASTM A536 AW WA C111 16"-24" Water - Pioes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SO 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 ResihentW Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24"W48" ote3) 05/08/91 E1-26 Resilient Seat Gate Valve Stockham Valves & Finings AWWA C 509, ANSI 420 - stem, 4" - 2" * EI-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Meatuses] 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FlowMaster Gate Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List 5 FORT WORTH., CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. [Classsification Manufacturer Water PiDes & Fittings/Rubber Seated Butter Valve 33-12-21 (07/10/14) * - alves EI-30 Rubber Seated Butterfly Valve y Henry Pratt Co. * EI-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 EI-30 Rubber Seated Butterfly Valve Dezmik Valves Co. 06/12/03 EI-30 Valmatm American Butterfly Valve Valmahc Valve and Manufacturing Com. 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flossol Packaging 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. 05/12/05 E1-13 Polyethylene Encasment AEP Industries 09/06/19 33-11-11 IPolvethylere Encasment Northtown Products Inc. Water - SamDlin>z Station 03/07/23 33 12 50 l Water Sampling Station Eclipse Water - Automatic Flusher 1.110 Automated Flushing System Mueller Hvdi o o and 04/09/21 Automated Flushing System Kupferle Foundry Company 04/09/21 Automated Flushing System Kupferle Foundry Company Model No. Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve Fulton Entemnses Standard Hardware Bullshong by Cowtown Bolt & Gasket PE Encasement for DIP Number 88 , 12-inch Depth of Bury HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) Eclipse #9800wc Eclipse #9700 (Portable) Updated: 12/29/2023 National Spec Size AWWA C-504 24" AWWA C-504 24"and smaller AWWA C-504 24" and larger AWWA C-504 Up to 84" diameter AWWA C-504 24" to 48" AWWA C-504 30"-54" AWWAC105 8mit LLD AWWAC105 8mil LLD AWWAC105 8 mil LLD AWWAC105 8mil LLD As shown in spec. 33 12 50 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Deparbnent's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 crrY OP FOR•r wonTH TRANSPORTATioNfp LreLic WOR&S DEPART.MFNT STANDARD PRODUCTS LIST AN O9 091 fd303d j9erX= 033000 Mrx=e Az=C-erete Cmx+anv ' 3uCAF0293101, Crwane Ra SW—aU k ADA Remw & 7= 03 Judo Ma 17— . Armnean Coaroe Cunrpanl- t l[ Ak )Q I M Carwr+e h3aa M.Iai-1 f. Trareh R— f9101= 0-1 AVA Mix Dc— A.i.^ Cr.ecalc C.enpspv . bc7,IV 5 aG0[i n l Cm4ae r AAn ! Rilllhw Wrum . I9rV l4=2 03 i0W Mix paidn :., .1>xn.'nn [Doane Cuarpem' 45CAF0764$W 04 Cunc'cnr tm K as 19-od I'u-; I919r-U22 0339 w pi a— Ak Dlu kokI73745(b pti Ccmcrck W l6od PlmA PafaO¢ 19M^= 033uW x[3��. egn,an al¢oc pi1RKNKAr17014500 Fw Cplcw4e for llaW Pl.owl Pafine 19rW202: u334w h43 Doran M.: plbub"79345W na C_mm lm l� P= Palm¢ I9eYr67x 030w Mlxt)— Twos DIWBud IN 4SW W Conrrckf Umd Plu—I Hnm4 Ivn: Jl� 4}34w ME, A— UIu1WMQ1 u745W jai— f I"Hued P.I�mn IRr#9!^JIL' 0330IHi Mrx A—UI1a0WW11fi�73 ASIKtL'ooemk fur l5xml RaxJ Pacrlln 19.`N_0:2 U3 30 LID Aft Demo A— RIF90M10161736W inn Cwrarele f: Wphim N—d Pan9a 19:9rrn� u3 3u 40 M,x D,,.-Amu Dl1KKK10 Wl l AW Cnocrck For 1lFS Palms 19+9r_r✓rE. 4}3uW Mix l3eomr Annie AIONOWIM5730 pppp Fla m-pill -CL-M I'N9f'022 l0+"r^++* 03U 60 033Uw Vliz Dee- M,x D-. Anus Aeaas Oloickwitr553W16y� CmmFaforinletx,lorxhnn An—. Mawnlo..Q—WU—SidenN4, p0.exw DO sllutna W3 1): IS 3uoO p� Carlerrlr ra Sikwalks, Cott.' 19.5rwx 033U w Mm Defm Araw 1) ODOR ISMS 3M p tur Curbr, Curb & Gullna- Sidelvallm, Aic—v ADA R M 19, ]r�tEE W }U W Mtx Dnian Armp. DI[K10001tl133L[gp� Concrrrc f INeri Ue++x. Erirswrcnl ftlr�ckinn 1W91'M122 I83om 16,11-M M, p1 LIM10IX11h61;1C4G rev ldrlq U—o knrn�o 4tllmkj l 1�Cmunr 4LQU 1WW10'Yx 11,130IKI h§ D- Arem Di UTA Al0I0M3 mucrcle f VaJPedr lmkd S4uelum k d—Il1i Muut Al Aikinu IWvEox 19A9 11 033000 I m w WG V-m Mlx r*.- AIZ Atpee b,um*wIf$F-000u .lgre[mReVIA,5w Dl GNXCO5751 750 Po Cmetcvr [lea foe Tfe+rsh ' 19Nr3o= 4 40 tF0 Mix Deupn t� �i Dlouoo0r11", 46W rva L' . Fee l3nduv0s- Ae one Wdlc, Anx Culnnu, Velkp tlotten 199+2022 03 W00 Mix Decien Bleb CaiFacle 75KCRT-Alan Corluemfn Gmtm¢ Yrin20.'3 I$.70.3 301W t313 FGx Paien Yir Onixo 13iaDCmerge 13ie ACderde ,ASUPAE 43[4��01�mcrcln Cor idich Lerly ryrrnelh i'nme CM]452Nq E�7WPn CrxterckInrhardPLwWNO- 19.9r1U;7 3i111Y1 Mlx Heaven 13ik Toe. C:mrnelr 45Euii5•I 4$W M harW canna rM'+I0".7. 3400 ALx ]]c.ixn Aip Torn Con.<ur 45W&SA 43W lbod SOuumca 919P n �a xo 0 �hrlix Ikaion wmou Tema 41tU5 39G-0 N16 rw Z.rriaele Mx ra Minch Yoe Plaou! pin•+ ar,rm 9�11Enn 0330 to lk inn llu,—Tema 551II20AD 44 cpm Mix for l hah Fmll SOemrh tfine 9�2uia 03-.7n IA x Ilmne rynriwx Texu 3u111 bm 3Uw rm Coricrelelpx fir Pipe Cdlolc In1M . Ttwrr ]Flscka, SWnwWl APA Kamm 91WIff`1 0330W eD-- 0uncu'f— 30U I U IAG:Ww n—1 Mix lor]Yotuurl O+pnL]2 *30 OU M1x j7c.gn 0ueaeo Tc WV, 3ULISWBG 3Whpsi meet[Mixf Btu[king,Fwraun4Cuhlnlc..Imklim]lot, it.hh4 : Lo 1.1hnew.alx Corh&Goyerr, Siac"11A Rw�p 99.24� B136 M �tt l] " pnr„N r xea �4[j5[ILppaWO �a�i,nlletclr Mrz fw srpm pn�n fir[tetures. prrtn m. �c'ra9 W-11, Cellars W� D2 n 0330 W MFx D— Burmv 7 36il5oolF('i 3600 paiL"nnerek Mrx f lidthnn.d T.M. 5iend Fnwgeu— W)12u_2 U33u m MLx L",- U.— Tee,. WISURA Wo pti C-- Mix lit"_ _ f tmdl Kamm %Wl34xs L3 3U uO MC Dai- Bumwr'Cnm u1 Y69UBF lW [p�C nx Mix 6x Fln blc Fill [+CC'[GA allG0.'d A330W A330W W Deffun mix Dniea Humeo'frxaa Arunm Tbxaa 3a1l5lCBO+S-7d Sada+i,dWJr�i Corcxlx Mrx fin LWrn¢a TrnlLesiwd Fwndantma 35USWBO3 Cmaek Mir Olr Croanalka 411IWN 033000 M:x 0— Humco'fesaa 30DSII "U} y,.rncrrk Mrx Gx Sidsxnllu 4FIf2(M9 433004 Mix Deaan Flnmcp'Ccrn 09Y45KLA pa WI Ally e2A 43311W 0axik.. ILI—.'C a 01Y6KT]3F 7w P�G�oaere }.full+r 11—lik Fill A'1!^.03A 03 m W Atix U-n . 'IFumeo'[cra i5Ul3tp6p 450+7nn Cazeet Mix f [ 1tiWf Early Suwath ?Y:Oyidle3 defx 4r11+�+3 0334 16 Mi. lk0ut Bumee Txxm 14VH5UBF IWu PPuu L: a c BF.r ldalena] I&T. _ h Re9tar Wvr-1142 W 2W2 033000 03.M w FNx Des)�n Mx 13pnen C.J.Comet. C.Wer Crn,r FSVC:Y0(]1456U DaenOare NHoed PI.cWPanae FWCCSS'J091 -.%M nA WM.aturle Placed Pavin4 q1 Nuz 0 -m w Mix D-- Cinder @9creta FWCCO4+NFP1 340V kr MahlFrc Placed IW- %-40023 0 MtW F6x'Ded. GrderC rrr FWCL7S9101 rirmaiae F01-CL%M a Iwl_l W-V u0 MixOmen F:arder Ceneccce PWF}337501 Fl—N. Fill-CLSM 4.al.202_ w 30IX1 Mix D-0 Cxr&rCmacre FWCC00E01114am pi C-9 fnn Smcm llrsm Srmclorer. Manlwka. ]kadwltr. RaW—S WE. Viillw Gwl— Drive AP9� WW3=. 0136W WM Ddd9n Cahn C7«Ictac FW'CCW=I 3SW pci ametde 7 Sidemen:[ Urin'n.vr. Mourn, Curb&tlullm Y, A'!11•Y' 3R0.0 Mx "I,::Cutler Comrele FWCt503Ml IQW mif Side Wlm On veuavr, Rune. Corps Owtl ,Fl—tt 9>•i.^_0_= 30 OD Mxoc-1 Cl rleW Congrrre 41433F00 �Concmtc f Cwl. lnlelc, tune Wgln axrr 0};W FFo M'rx bxa+rm Chedeyx Cnrnrerc 451940411 pe imem Tor lievdwdie, Wroaadls =,2 9M112022 03 3000 iMi DL d Cherlere Cnnerctr 516136W Pi Canerrle M. rnr Meehr M7 Aerme .RYJRaxv'' 033000 JAi>. Dcsm Chertn'a Cenercic 360V a500p�,a��L'onrnle Mix fx lLrtdl7eecd Penny hLnhula 4133UW xAv�n CWW", C—ap Is NO145UIYptx Cmetrfx Mixfarliand Pleerd Fd%im Mndiolo E1".20i k992A- 933A Do - i�Daran Chorkl'e CrmueSe -- 45U3 WHY Pa C-,Irc Mu for Sid—lkr ,99(177,'C 03 AA0 Mk Oman CMrin'. C=ar 37W 3WO pri Cmcnfe M, WSW —lb Ica ZL, 0330 W _ M'rx praldn ch-a • Cnre 156E Ca Ctiv"uaM 01912m IWN>eIJ=1 036W Mie D- u Cht,,Cavrr 1150 $19 ]or Fl—uVHL-C SM 919au-- 6330 L.) W D., ChCx ervlrfvirur StormNDtFmOnF. A545cuneftu M43WD"Cm urca 033UW W D.: Cnrm WAS pa Conercfe M. foe Liich Euw St=b Fwl iw 9.7rEli=: W3UW Mix Den. Cb.,W, C—w 65&3 ASW. Mix fw f-Hdl Fork S:-ab P.- MC. ?N.7UM 03:4 [A) MLx D.— ChishWm Tmll Red, Miv CINOME — far Driernna, Curb s 1m1ae WWEU22 03 3tr w Mix D-p City C.—W Cexnl— 11-750-PF Ri-150 pm Cnnetuc far FleuvNe FdWLSM CM OF FORT WORTH TRA NSP0RTA'nON(PUEL:C WORKS DEPARTIMENT RTA 19DARD PRO DI pM_ LfC-r AA O F tKn 6ailU G-. rta ]..tdl 19nre0M 03 m m mix ikY Cm CMn Cnumoi, w1rA25113MM 'Cnnerek for Rff 19-2U2-1 19fi o1 B 30 m U3 30 DU mb, Doren �fu Lh .m C.ry C1so<mm.Cw- LSNCex -C-w 3UFIA214 10W71 L `C`C Ms im Srnekin¢ sid-lis. Flnuurt N& 4SW20 36M W Cuurrcrr Mi%for Dnllcd gM1N•Liahnn¢ ma Tra1Gc Siv I:num U- 11" 22 03 3y ll0 Ix D-- City Cnrnaek C¢qi " $D C12ig 3pq! oo Blom D( -xl WI-il Shnl I?•J.70.3 03 M W Mlx Devon City L'pmavm Cm w a$iJAxWt 450u Cmnnne Mix WIl nd Fkeed Pamµ 17+4CO22 033ruA Mix f"_ C-Caa Ccv v ULA201134ULI rttCatemk MW IiW MffdiW PI-4 Pawn¢ 19'11C 22 03 M M Mix l)rapn C.tyCoxmlaC iw 3WAQOIt iti00Jpi'�wmGele Mix kr Mnchinr %acnl Pan¢¢ Iw9iT= 03300O Mix Duru. City Cenerek�uy auL�01l d9Ult mli L'afKn-`irMP 6RSgwri. Ihaln RrnrWm i low?022 D33U on Milx D-. �/rv��p�¢rek t.5ry CI.W25R3600 Cuindef D.1IN Sh.RLmlm-ones TaarT. Swual Fuu.m.Mm. IS.r33123 13+5r2u23 [k3 3u 0u [D a0 W Mix [kt�Kn MixAnKa CwNne Or, Cwrunr CC'NA25cMG S pn Cwxrew for A•dlad ShalkLablim 4arl Tnffa 9-1 p ,p¢ta Q'sCM35CtAG;y94 IY.',2- ' rO 361 1 Mi%Dee¢0 Cow A,w. Cexlrle fM Slum I.7nWucanenl Shorts, Umkraaltt sON6 _ m 30W mt Co ti%re x M Ri6ewalka Dmexgn. ADA Ramie INlsv ❑3 w W Mix D,.- Caw Toxe Redi Ms 3WVdpaalLs, ll,isexms, ApA Ranm 19+Vava2 (133d 13 MIx Dram Cow Tuxes Rod. Mix P(awa6le F'11-CLSM IY'9C112-^ 0334 C3 M.x D- C-T egad. MIY 'lit soi FTwm61e PR -CUM I'k9^= 033413 Mt, Dena. Cowl Rod, Mix So 0% Cmmle Mi%rur Flnaeglr Fill -CORM l'Ir fQ_ IO".2wa Ili J. 17 1C33Lr 1W Mx ]keen Mtixpeamr Cowl Rwd Mix CWT A. u.8 SIsysr Lbrwrel.Mix 1 Fl-W. pill-CLsM 759 AEa. '.'cer Tr.rteh lilnu`Jic^_ 17•N'31r_ iu 110 3000 Mix i e . M, D.= .Rods how TM,n Rrdi Al Cmr'Furwo Rep K% PuL)eircreleBm �13o-85 75fi i�i Concrete iiax Malenal T Trnreh 3lsm 3-4,3 ](Kdl dnmtr MIe r rsidexdllx ADA �°�Dnl-n ,Cmb A Gurlcr, Safety fines Trmrnc.la, NCr TxS%JT R.Wmn¢ Wald 10 NSL.-. p3 W 00 M Deem 0."r. n RMi M. 233-W :IG(A Cuw Xk%SWrualta. AOA Rnw. L1n <xan. Curb R GIIIW. Sakm find 7'ialmals, xno-T%pP7 Reiiiwn¢ Well• rlo3¢_: ZM3 30 W :Six Peron Cove Tartu RcJi Ma at%iU 1F1Io 1m.vnr M. far 9nJca Slpbs, 6xr (u1,� tirwlanl1. 1 IPWZ= 9[+30 fq K Delon Cow IF- Rai rdlx 2f3r13U pa Cnwn.re MCa der 1TraJ'. "_ 19rx2.I U[+%000 Ah 1>savn C T.-RWi Mrc 2fiF2 RGUI1 qu CerSda)kx for l3nv Cldwl FleadiWls 1%gmc-I .L43Aur A Doo Cpw Ton,r Rea' Mre 3Wt44Liu,,gg�u1�u' W Mix for Andw SWp, yax Cubs HeadnaFle 1 19Rr20n Mk Deslae Cnx'Tn Rcui Mrx 3ba136G0 CmercreM frA.rc Culirerµ'. ileadeslls.wm welts r 19*j U- "3000 0a,T; 3000 M. Asian Cnr.Texn RcdlMn 36a.1Ci$diQ{I Cnxlek l,{.x rw 14.W Plaocd Porn¢ 1 19P AX= W ou AxJan Cow Tex.Redi Max 3i5d a5W ak Cmttcla M'x fd•tlana 17ncd Pahn¢ 1 399•rriL^_ I 0.33p 0U LFf-ix Mlx Aai'u C-T-AmiMix 2545M nos C-dc Mix tor Ff dPl..d pawn¢ f9P}rum (C3wp0 Pusan Lion T-xsdi Mix 1 365451% CnnnnrMrtf issues 17aed [+ann¢ !9'4'ZD:i D33000 irflbian C9 To Rwi Max 370.NC d5_CmttuelTr HES I•.nnp f9iW"A"!, WJ900 s Lknan Co 7o'an Redl Mrs 3T0.1 HC iux• no Concreuc fv EN Paii'4 i9R7202:1T 03]udn 1� ix Uwm Cow Tcq Reds Mrx 375-NC 30U Cmerae fir FITS tmwue 1 9N!_m lLT 30(0 sIJDI a co T¢xn RWi Mies 36742U Cie ma for Meahwn ens D metro srruttim. 9r3f2022 .33wU0 �MkY l7vran CuN'T'opA Rxdi M. 1 2745U[iG iui Conttete Mic tur Cast-lo-PWee lw>. Culvert. I)W-v22 .LT 30 0'Mlxl7.n.n Cnx� Tc'.n RV& M,x 1 37050ltU CMrn Mi. ra C.nwYn•Pl-BxC.NW I laVi-= is 3UW ML, l7v.w L'.iw7'nen B! 1 Mix 35�T Jiilil�na Cxnerrfe Mix for Nlelx 7hruw klockine.Cmnne Enwrnlenl 419C0_2 la 31rW hiixf7evio. Caw Tonn Ami Mix 217-Im" Connvtc*% rev Vpll., Guµcr. 1 I i 1d•'ifm 321313 x17=xtrn Cnw7oun RWi MRx 357-M 36Uiq�@Cexrem }Aster Maelunemi-iptw tv V•9P-02-' 33 13 13 ollenim lai.'7nnn Redi SR:% m-M 36011 nn F9nttek W , for M1146ne Pla Paw.¢ *SLIM 34,313 11 . Duren Caw TvKn R.a. MLx 24LLM dWb Cwmpe Mix! �.Cwe,: Plaanl P-,,.¢ i. +Z 35 3 3 Mi, rY.um Con Toe. R.Wi MI 30o.M aw+� Cm.rvre Mis fir sSaalnn. Clxcd i'x me � U3 30 UU Mlx D= C-Tp R.Ji M9x 255JP- A n(� [:encMc M.<Wr Cpro6 Gunn NVSYi22 0330 ba rl- Cow 1b,•'n RWi Mix 355-LP MW C-W, Mix W Cerb A Gµµ. WygraL^ ud :000 M,x skean Con•'1'eun Wdi Mix 25535Mt Conciek Mix Nr Fl¢1nmk.lMel.x ThraW 9Wekian CoeercmF+l j �'�^{ '%van [i3:W Do Mix D'o. Cur T'owe Redi M,s 355 3uxr L'girrak !A.x for Wac 7prua 1}forWpa, Corierek'cc.u.rrrxxr 9g1W2_ 03moo Mix r" C-7 Rd. M¢ 36SS7'%dWu 7. C--Iir15Mgee !,L inn ea6. a&J u.,14iy{orna anmlaoh Aebr=OT LRus&Ne 1.14 nsU W9,3022 0 MDD Deem Ca, lbws RW; W. 3373$UO [.exreimr Mi<! Vull.v 371�'�'a ui 30 W Mn: bawtm Caw Toun RWr Mies 3fifY]f]4;.bKNiR�Conercre F[ix far T'nytlT CLmC 1]er0ed SW11a 6r21R013 43 30 W Mix I>mea Cnn•Twn 4.6 Mrs 3Ua0S 36A0yR�L iwele for f)ntlyd ShafYf.olNine end Tmffi &wW F'o9n&- [!I&70.3 u3 7P W Mix D.a�. Cew T'oup Ceti Me; 3rinRC d5pf1J� L"M-rc rw IMS Penn¢ 1 [+29.10'A 3J[313 Mn D�x�mn Eel=Ccad,Mlc J575AF-SC+7.Sh 51ela+dSW pp�u113.i1W�.3-i[xvl C.made for FPS N.C. I j 1!_9nOp6 73 3U OU Mie Eslrgde Read, Am P. o50AEWR, S.uu Sans) 3$& ooqq�aa.eeelc Gx Sirte,.WMt. Inlrlaavd Munhdn lM-IOba 033000 V' M.. FIX- FAmde Road, Mix R76S5AEWR;5.So SsYs+3-5ml�Ae�nn.rme loriieudgi�Wlle, and CnNnfa 013 �°p�q{I=. gird Agnrmrn Gals Jh UtJd 3=3 pas 11oe1w Wrndn P-dr Mix TD!655AEWRr 15.90SSds?.1.edL pn C e de 1'n4Me 1'LI. 14- �¢. 13 MrY Cl­ F.aradn R.WvMix Fi560ABWW SAID Sashes-J,SI�°W`'�'`p�Cnilercrs forFWdF7accJ TSimy :1?I�_Q2a 03 ]0 0o Mix Pu:¢n Get Reny, Mix l.¢in 'N9ru`t 030u iKl Mix Da¢n GCFI Coiittele ger,•icn � C ek for fni Sri2eaWks. I..:Fl.>W+ 4s. fNerrl vnd Rrunn Arr.n Sl.ycxo �033aw /fin 455Ii8,go�Ca¢¢rek1 W9,112z 30 W Mrix O-K. Mrx nm:an CCIICo Sm ca 'R,a.vsu Lr�C HH.O nd PlneN !"anJjFwft W9^3m 9+Br]M u3 '01im AN.lmo: Coin ete8 AKerernrea 1p¢.up Cun.saleA Aea.oraks -lTlryaF.$;plll�y Couwek for SidnwR's..LISA Res�Py X-Ak �`J Conwxk for5ide+.nlVa, A11/Rxn�+ r]22 vA9 033U00 Mix O.cw '1pp/up L'n.ltt.ki Aka.aoka w$3(✓ rA/W&[a7pf)53WU¢u Cmcrere Mlxf rSiJexulke.AW3tamoa *. =2 03udx' M i. m i- i-Coe.•taas App.Wka `FMVR-CSSIt5511 4uwy� Concrete AAudune Ylocat Pe„ae 9AiN'r`+ �o33UUri Mrx MCI •__. _. Co-. RAaas.,Wlea 7AtWR.16117VSpMf dS(Rr ne'{'mrrree� IMnd PIn.,W I'o,1ne y.91�12' 30 W ATx fhnnn Livam Coopele & Aepreml[t 4Mf1VR•tuMiCS51rN a5U0psi l.'mnaae t:ss Flora jleerd Pawn¢ 1•YYpr7_ jr330W M. Dv..:n ]nvxn Conerd=kA¢caem4a 161 PSSEM dSW av L'mren:lc! woes PIx K- xqa= 1. 1Dob M. Dege•. .]norms C-te & Aemeui4n Ci7PV5E5 3W31 "i C-mk Mist ibr SYaawalkn. A1]A Raiei. CITY OF FORT WORTH TRANSPORTATIONIPLr6LI C WORKS DEPART%IEYT CTANOARD PRODITCM UST A5 OF 114fl Gl2R2J teaa•rry[c n w4d1 I+': Vff`3 v3 ?lw 4G txs.on Cancr¢msn¢wewm 1W.us5GYl i.tyv mlL�rr ror P�llwslwYcL;Rnuim.nd r.wic!'¢nnr roa'dmmn: I'l.°k•1d:"3 033i1 OG IrLx UesiKn �w+m µpm f:ea,tmks AR4ien.i"- ffi1N%itTf 450d le. Cnnvak Mix YmlWci r'rurd N4naR IMMU 0330 CU M:Cn A[eiRe Hele.m-5()kt" Inr" SM 30m mi Cnnene M. rnr SldexaLYe k9+fNl023 01,110 ix Duiae Hddm-SdY[Z_ Ins. "I 3UG0 p` Cnnerde Ma { Sitleuvlka I9m++n++ 43 N xDeslvn HOldm SOR_T... 2k359509m Canes r"TIESParinµ 9r0^0 w 033000 aDrsian 3filam-S[7M- 170111gO Ip Cnna.de Mrx kar SW.m Dann Smrm Sannuy Seux. hlunnWe..Iunwnn Bar 99±2OL' 05.11 D.- time. -NOR. Inc. 54094000 Pe+Cunnds W. for Skd-mkl Web 99r"�22 033q PO Cx Psnsn 1MrWm-90R. I.. 5a07 45ou im C-" Mi> Wr 161aJ pl-d PnnoF 13i13�20Te ? 30 I1L1 aT c Islam-NOIL Im 3741 'Im- vww.ee r el d-bi 41 CSLM 9,si2022 WXM M,, Ddear Hok,m-SUK fie. SU172[ngp+i'i Centtek Lu ll¢u M-d for lraaen XNt?022 1133000 'Mix Dd Wk,A -S[NL 1. 9OOL'3L[ICi pri Candsk Ga tl Shalh•Lixh9n¢and "r simul PouiWNwm 9l9PG23 03 30 W Mix Dew_ lbldm-%1R,1rc. 1$5149W m, Carierele kv SWrm I7min tiRuclurn. HuW 1'!¢xl PoWn¢ 1215=22 J 301u Mix Dxwsn Tk4a -5CR.10r IR22 }6IRJ p¢I CanarsW rar PrOLN MtmUl r46n¢ an TvlYie Sicced F-domma d+7.f-w4 330W mi, LN.- Nolenn-SfiB lL 1944}6u Cm.s lnr M.aVmr%ar l ww_ly22 03 db IR1 M.x U_z SWeun-sm 6x. 11119 41 L'oxrcrc M lh>)kJ Yawf-I F� 42aa4 M30(10 Mix Prhan Hdoim.St]R, Inc. 39dlhl L'wW;eafeler H¢ed Flnreurnt 9A,= www Ms SaiM Md. -S63R. Ice 1551 qY Cunmek Mix for Blustin¢ 4,7r4w W 30 W hiix DIM- L9pw S4onr C."W 1A 31g0 f� Con W l0F Sulenn U. AKm 11 n-ead.lki- 4+3?f!R"3 I13:N1 W Mix AeRm Jawid:aonr "MNIFA A. rip l-oncrele fm Rewnim wML4iitewaV', imn on bm Ipr up-h 4'71Y11:3 3 3P W Mix llwien Lmdd XloM. C.i6lTXiR 4 0JJ� s 6n Anikd NW&U¢AO¢s mW T rf-li-I F-WalRna 144fyp"y 5�e730Y p,3:Ol OD 0330 Q0 'Mi%]?wRp Mix Heim y�yy d S7Grc AGeIin A7Kn¢[m C4$INOi ,A4 $fW+�g Canvcle f¢r ll�i I'ahnR R2132114 zppu D�l;m� enefxSidrualWSKnnp. '9& 23 033d 00 Mix D-0 bd¢nem OY49OSC 3,G0uj �L'anc [c fnr S:JrmLte R R¢mp. �9•9r= 0330OD Iilix EL,4_ hfiam M¢ndb R3131:143.WQr'n ComrHrfor Sidrnalla&kamp+ j%9w.z 03 nOG xDaran Mw. Mmid4 RI 1313t 43AWral Caa V., SNd JkaA Rm.vn tv�inu 0330du JJd4¢hi.nH4 R i W]4adweacanar4wrsWdmuaRemariT621,slam_Cnnra wsidmalksx 9.9.' = W3Iow toa. ilagRR M-. MmrdLa `V 4122, 4AM"ol_d4 r Sii dtr19�'�i-aex-2 OS3dOd DKeiae MHrkn Manrila P-1141C12340 pa Cmid 6usuimdln19eu2n22 4330w Ll-Z anus MM_O . R21362-143_6w m Cw� F.Curb Mm IRxi13022 031I m Mir Drown Marlin Manrlk R214133:= I-&*ri Cmd: fm 9e Seo vm, Inlep. Mwkw d. Tnc¢ .1 I9r'>,•2u2+. 03 3V o0 Mix ihdrn Marlm Muir14 Vt,,Vn`A xl pn Cmamc la Fl..aa64 Gi11rCL4M 19.yP_022 03 30 oa Mix Pu:on M. Maielm R?]42'-3] 3fSIG pp�K� Cnr�cic jw MonholR:. rNc4 i 1kWalk. 19r9mnu .30 al Ma Dc4 Marlin M.- R21463333,606 {Im Caner kt Mdd 1, bk4&i9K¢uu_11l C p 1 ll)v"Z2 03}900 M.xO�me¢n� Manr¢M lie R!J1_3Y9"UWpjrggC9nudrfurM¢nMMn.InlHsklWdu.l�'i Mal 22 03 R1110 Min Marlin st n 1L^746tl354.006pir Cx ft fm Manhola, rNs4 x liwWnalI'. V .1'. P¢da IR'9r+vu 03 ➢0 W V Mix Pei.¢n Marlin lli we W033S 4.5W ni Carrrek fm Ii W PIxc41'anna. GMw SI- Frain 8wrluxn 114,: n• 32 1313 Mix Daimi Mnron 34Rrielµ 14 klP7 djdlu 1�' CNMa¢la IhrMxhirc I'1¢eN k1PpNaeK YJC141Y3U ..- .14nnR r 1Anr I1 kRi202= 33. 13 IJ 13 f3 IA,.- Mix Deaan IM.mn M. w" IM¢nia M-M 431W [eu [Mxxne 1?'r M.rWnr R2 [46di364.5♦!0 pa Cae¢relr far Herd P14eed P.v I V13=3 33 rrU [3 Mix Dru¢n TA¢nin Merien¢ �r:eno Co k2IJ57Ci64_%* w Conners W IbW K-J M¢ 115r2.0^3 3i O {: Mix i]rnxn Mwnn M¢ K2lir4'36 d,$II(i y¢i L'm�rrs goIhuW Placer[ Pax'nR fr�llYM SE 13 [3 MrcDr M:q KR Mr R-1:46K3645W a.. Cw.rra[s! Abed M-d Mlina IR1lU ;12 Y? 13 Mlx L iwa Marlin MKnaaP R'-14dTi}$ r fi.l l _k 4.$SVyi� ntte4 for ILnW I-hvrne 4 mt M?mw¢ 1lxwlwa[Ia SI Ir•YtA" IIITVXi z }I i313 32 1313 AUcAmsnR214GK}44,ufMrV�Cpierele L D..ixn im.lm M¢nena ler Ldals. Manliole,llmu'nal7a R2141We4J,WOrsi ionrnlrfdr Sld_jd6.W Ramre 111C120r 9Nl2Gi2 '__1313 '033000 Deam MLx D_ IM.riw Mmell. 1Mu6n M¢ndn R214IK244m* C.0 fx 9wdian Bead"Sidrudki 4rW P-M R2146U:•n 4jWJ�'�Zanelde bn lnk4,Sgrm lloin Slruetures r912GY. A33000 Mix D.sian IMunn M¢iidp R7146U3dJ.50G "Corvade fa Fl¢nd FbcM Pnnem lnlda 19.ry:p++ 03?040 idix C]lesion Main4 R21dW¢}2J,$p0 rn fl-d Paced Patin¢ �9+9,r20_ 0330 G0 Mlx Pra¢n _ _iMwVn M¢dm M. am FUE424.3N0tm Conaek Fr tr d 111 w ppNn "CUTM G330 O0 Ma rka . Monin Madrw fw IWO pl a N.A. R13M G33O 00 5C.Dmi. MiiMnHm a A9LdWrcP"qCa 16wd faoced Pane¢ %92O'M' 03 50 W Mis Dw IManm mmn R:14T.414j[q�,. Cunear.Ie rar Hand Placed NannR 417120+': 32132D Mkg Dm IMm1m M4neip R2i A43d 14lS ivrka+i.'xNS Fa caauck fix sddexalYa 4111ld:? 03 30 0n M. ClreiRn Main Mmxk. iR2146P33 r 6 "1 a Lc ., 4.1va1 i aprlde4 for Bride Dx 411120;3 03 30 W M.x L4vgn IMutin Mninm Ik3146033 4. nd Cmlasle kipprr� 4RneY„ 3 3^ i330 Mu Lb.¢n IManm Marino �RYL36KI433Nm dri cmrmre Wr xdr.dk4 end i>I�Pr 413n�� 3] 13 13 MIX D_r I... Manena 7L'161};7u d.0.x1 13.OI,d 1'�i'ti 2d hn,l fnr F7PC Darin¢ 4+Or'-u23 03 30 r/! MixF�rm iMmm� ifan�w 710LP.P 3filx+ n iRne.ne f R-unom Well. 5l22/2075 32 4113 Mix Fli__ 1MaNnm-"m-"",�k214 693316 rck+4501r C¢nRle1K far fi¢tl Prxo! PiV]M 4iHJ123 �;033r1 OG Mix Ma.EMmiin M.mrn R2W 1030 Uk* Ni L'rcrc fur R,;-P CITY OF FORT WORTH TRANSFIIRTATION7PLI6L9C WORKS OFYARTM1I£NT CTANDARD ?ROOI'LTC LIST A"�. (IF 4:V?f.7cala I tamx Joul.kdl 15r3f20'3 0330 bd M. Ell- blmfm Manua 'M7842x" i,dq mli L muck F. Rridu D k 12-02.3 32 f3]u MixD ui Marlin lwrnMW R3136R2033CNi FR,yCnrr¢re[rfar lNdrnaR:c�d Rampu IdU]Lr3 3:133tt M.xDxrn¢p Muninkralow R313EN303.1%KI1.dCaneMefmFSIdexalkfapJR�{p, In^7l2023 0330IX1 Miz Dmw Manor 1,1-1a LC'146N31 r 6.44wAi r 3.Vk r i Cmwcic r, DnRIM'hiibll•mhllrmnnd Tmfric Sr¢ml Fnrnduum. Ibr=7+=nZ3 93 30 ro Mrz Fkz Af¢nrn Manenn 0--:A6Z451 F.45 anG r 3.frW iri 17-L, Ox 0nM* Wilt-; 4 Ivinia M 7mfic Slpnw F mi- IR4r10'7 03 30 OD Mix 13- , Mantra Marren. 172146R4I r 6.44 -Al Mi Cmemk C. Dn11W PiwWUght P.I. tc-. Ror-1113 W3000 Min Dmv M-Mil-M :4-14M R3135R1dr 5 fin ca��r35U0 pri ConrnYe Su Sidexplla rand Ramlr� �6r4rAW 3313311 Idix 01.ion MneUn hSnrreOa R2141R2i r153l4.0W W u C¢pweic far 7pnalan Bon. Brx Culvert_SldeaalVa wd Ramw. RN+J'I-v Iha31rm Mi, De9en Nnnin Myrrh R2146R33r611'4.SOO pn Cnl..reio far lnlm. MaohW-.and liwln.lif 1Rr4,VVL �32 f3 i] Mix lk" MWrnn MoiM R21 i46k36.16.17 r 4,Rbp� Cofxmtc lbr/ienJ Ptucod 1416" 9AW20Z V3301ir M'kIk.ien Munro Mmrvm R2t4lR3ul5.8SSYriAllfO�r Cnentle lbr liv C.ul.enf CHeaautll. 18Mt51�3 1313 Miz Deeian Mnnin Mpnelln f}S141 R97r 5.6E meprA,W4giConerck fw idxldne Placed M•inF {llCpfA-, 30,m MkDcaion Marlin Mmenx R2196R33/ti.UL-9.6,140 pl Concrdc Mix rCW-1 Nw.Wc {l lr2ltQ4DM U330 V4 L-44i Mann Moneaa R214 16.01$,c 4Jadr as Co.c . M. W C11' 6eser M-1.1e.. {Maza0.3 32 13 13 'Y IJknm MW ,, M,mena R2144sw I6.608aekal4-SUIT Coprlele hux Ihr [{44J 11-A 1' ., Ur Y3073 321313 mixthm,w MoruW Manna "I4A%ro116649ee1e14juu �jppu„ ..race hOY for llw.J Placed Patine 91V+=J 321320 MOi ❑trim h S of M. l4i?SuxA3w4 Nat Cmrcxle Alix fix Cnrb a: Gann_ Dm rnn.. 5iJaMLs WJA[L'2 13 3u W Mix Dealers NOR Rwh Mix T7C C-YY 30W Pm Cwrmle M•c R. Curti hay. ur).p22 U3 3p 0P K. Lb ion [4j1R Ruxhr Mix T%GNY 3Wg�LLCw�elc Mrx [ Cmh Wc[s vl^J3U_3 U?30 UO Mrx p>;o,r i:OR ReouYMiY CLS PI-YYI6.fili*�4e1a r4,uW pv C4acrrre Lr Collor. afsnlidw�Ff�Cul.'ir, l 0.br2U73 u?;0 UU W. bmgn NOR Re", Mix CIS+1-YYI SAq Sued' 3�op1 WF Cunrrck for 5iJcwslt. 8ltanm.-vnd C4[bR Gu[In 1 G'4f= 033u UO Mi. l2kow NOR Read, Mix CLS�5JIDSaek113L9U �9 C.maeleWsidewnik..tI ,nlCurldoGO- t"C[C3 32 13 13 Mik Dean HOR It Mix T%CSF-YY+5.:0 Satb13f�46 f•d Concrck We Hw:Oine Pie d Ih+tr�x iWi'7U13 32 ]3 f3 hUt Per01 NPQR P.4, M0K TH C RKNY$9P sm}s r?fiW L'-move ur Maohrx n� 1oupe Pm -0223 3213 13 Min Vol, NHR Rcedr Mix CLS MVV! 6.Su S d.IA�INI yn Cmcrdc lac ikmM Pfuecd ITHu¢ Ilv4�^+na 3±13 13 M,,Le Pn NHR R14 r4dx .x L'LS r NY 10.Su Saek, 1, Aw ad C- I& Hama PlacA ISnsv[ IIv4+203t 03 ]4 13 h0x1»W[ NOR Radv Mix FIA{Y FIII. r 150 %Jepnurk for Fr-ble for 4rl1,-N11 i µ3 30Ix1 3r15+2ud1 00 M1ir Pevl�rg Mix DeR¢n NOR Rudv Mn' NBR R-1,M FNY r S 50 SaeL r 4iN11tlw Canvek Mn Clwx ti Sluh Patin¢-TY, PIY A4r TXS-YY 450 Sacxxra00upq SlxhP... 033U Ifudr211_+i jd uW hGc Deden `f•,,^,,^, Rodv Ivhc r �MrcrrCl-S TglL-NY+470S ek./;ufOlSpn Znncrek f rMA.Wmt1t, ihmq-Corbe CjP 4'151"U" 033900 IJiK Acneu NBR Nc.d, W+ 'lin7n0?..212.$ Sy h+ 15" Cnncrcm fa rl- NO 7�u!]f23 Ylq ]ram An p.alnn 'odmm '3uA50MftfSSR'3.OW lac SiJewWks 42r3,-,w1 u310 Ya :1ue 17rslCn &�pvdp12Ni helix 71y��Carrnc RRM6J1aruAE)PaSW 15�1pOGmerck [ur Nnd PlacN Puri[Ia~mr f l0&3- Zl 113300u ll+lWMW to 300o Al, Denau .Sv Dwim 6:npid Rdi Mix Rol. M•x RRMSS25A.a6P0 pX1t L'r rerck Ga Vnl ln• Oulkre. $ideualYa. M1ppmeehn.Al]A Ramp. RRMSIMAi34f1i16y4 Cuwek tafsuwa [LainSktrnI]fl87ir23 St330W Six Dea'nn iJ PWi M=k RRM5L'4A 30(k on Zoyrwk forSlucWwl fls`uz; U,33U u1, .4iv Dv0. f,J id RNl Mix RJLM$r70A 30W po VoWmx for C+.b• Cio�. Ilnxw4Yx 5[aen.lk-"Mara.+*"?^_U22 0} 30 UU Mil1e..r•Msx ACA.:leSSa nm0 qyI Coxrnc his 7ae %ip p��,I eNw122 U; 3u UU M.K 12eaml RnlnMix VNI ISZ13dRr 11ryCmtncle hLx 6r Cuefr k GUOn 'xW'-n22 033J 0 M:r Dcr.pn Rwn", L16L'IOfe2i 215 pa-kluoffik FW -CLSM W91yf22 'abU0 Mae lknpi it ," 'MJ 115243W1s Cp wMe fi Drinua,a. Nml-db-ADA Remy 9�i 033uDo WV-11L' u33U 0U M.x V- Mrc Denvn .1,M.x ;{GI..Wx 1 u11130431%,C /�q Conn¢k Mmf FJ-,14. i0f.I15W 16.W Sacl '46Wf l" L'rnaek A7is kr Fnfen�ll . Curti RPVIw. sx9.r M.nhWs. lnlelz p Je�nan Baxw Y,zlr2UQ_ If,3 30 00 Mrx Ikrfen HWr•M.n l0I.I1524' 6 W tiac .4,1nw /ry Coocsck Mix Moahpla. Fahh. Atnnwn t rA a lkaJsmlt. 961jaC 113 30 W M i ikarn ReJ:44c IRn -%a 35pU rvi Cannnc Mec I'oe ]hrnei a1.UtVahr P.6 9 9g0_C tU 300U M. bo,. kr4nhox 10L^]324 alx0 pv�C�mrrnc Zla for.V-110ma WYilr72 W 3G00 Mix Doaien R..Mtix L3611524 4000 pn r:onenlr Mix f C"-tM'lar9 Sloan Dorm su-m c1 9nrl�'ll-_ 033000 Mk, D-- R.H.Mix JOL1 i5Pd 3[+v iCorla W, for llddpe .uhartrnurn YFJC= u330 uo MRxD"an Redi-M lW ISDd 4N pu 13ndecs'14x 719rh1 03 is 1! 14, A'rn RWI.14:+ F3SVIIVNIIwj.'' I�tUmaxk PrO-C7�f 7RrIf1� 033413 Mix S}sm Redl+>iic F0pi3$VM I" rJ F'lov,ahle Fill-CLSM WDI=L, 0?3413 Mi lk-, kA-Mir toll ISS13ax, pa Crmcrcx Mix lhr Ri t•MN20?2 033000 MTz ❑.-W. koi4k. PU6138RL p.+Conc.e[e Mix lnrTrcnch Repur[!-NMrnd fYI'A"JrL^ .-%Lc,1 eIkeiml Roh-Mir Z. iOP.l 151-4 .i.[i•iorynwonrcnl 19�7>=lf� a, 34100 ,old M Den , ReJi-Mix JONI ho 45M pa 1,1600 pu'L, 14 hrx.l C..". ),-Ns for I 3FN Tp Yn IY•7.'2+= 0.33000 -Mir IIrN11504 Seltl0pe Luca pa.rc=a..1Caune[eMi,lutHESP.- 11bV+2OY 033t W7 Mix D=:. RWi-pqx SOK113^_436W CgOrinv Mii IiK Mmhinc ploccd t+,nng 19NAu22 0.3311Do ,Mix a. R4.K, IOMIIS]?i.50E an Cenep.Ye Mil fM lWna l9e.el 191h-S.-acorn St[uulmn JLI _U22 u33000 Mixl?a, R,ai-Mlz IOM I ISi445M �1 Cmmde MO: fnrklaud Rue" Pane IYn In72 11j 3u oo Arlie D. R"ly'llx IOMI ISO 45UU Carcrde Mix fa Wrv1 PleceJ Pa Sin¢ l0•rA'-`0>!2 ui 3b W Meclkq R"s•hLtr I,$,CDSPd.{,5W Cpneielr Mix For FmrtJ Pluoallhnne, Slnrrn l7nsin S7ruclum liiTL7r1L' u330W Mix D:w¢n Redi-M. t42120445W pn Comore a, suxm lhoin smu 11315CIfa3 u3 30 U0 Mixlkl:w wl-m x IUK1 I5C4 35W pu Cu.re f Tham ilipck, V.H. Fo 11JY]u'!: 033u on Aiix l]edrn RWr�MrK 156113C4411W Grande fur ClP Sfunn lxuen S3raeusn I17K4U= U330 DO Mil P40Rn Rdr-MrK lOLl]SG L'auetlrfprlRinII,,k. Wer, lwwln4[fJati lidwall IS DQU:3 W"w Mix b-" ked.-M,. 'RULI 15DS .1 [.unnmK Ar Dnllal5.1 flol, ugand T.M. Siwl F-.d.., n I5r1Sr: 1233000 bin Ucner, %eilAi JUNI i5D6 SYe[ry Ui�Nucmrnt SIWIn. iJnderuaM Dnll"rlu0s lN'w1073 U33413 Mix DanWl SRM Cp¢nrlr IW103JWAI Pa C9: fr SOi-Ikr and R,m Curti&caner Im9•W.J 033w 13 Mix D1.1- SRM Cunnnk 400604JU pq,C..n r. liw]wWI�-RcwifrxY W,II.Coukm MOr-1 YN 30 re M0a D- SRM Cs.le.ele 35�'•i 3.Rr0 p[i Z'ancmkrn Madune Pl.-J P ar wWxn b3]uun Mls 13.6, SRMConn 400"TBib Psi C-Mr fw Maehlae Pkm1140 az CITY OF FORT WORTS TRANSPORTATIONIPUSUC WORKS OSPART6C£ti•T STANDARD PRODUCT!; LIST AS OF tV5tl fif2U3J I Cpaaxla c as dk I91911 +, Q3110 ou Mi%Orarnd 143.3W 4,51)n Pt Cnperele lur,.. _ .Yleee N.. Iq"m 0.4000 1.GX f0wp. Cnncrck Sitl00 J30p Pry Cmaelei HmdFY.eW_YaNn¢ I9ryra032 033000 Mix D.Nm jswc�leIkRM Sw Crmtmk 4wri 43000-00 id3-dpva7P�iCmmp larIFSPanne [PN^07_^ 033000 M. DI.A. swk!-k 3%333f4a rw Cnaercle lulu. [inn 9-R.W.-tvellx k9•9.^_Om' 83 30m tktgp ISR1d Cprcrck ':WP30 SSk10 .m $ Nkr..",vgix• ]nleLt-fnwnn f7nm.17wn Hlo�a. C.drnd Gw.0 Ihr.euuva Pnmrr Hama 11 Via -or, DI'lo n Degyt ISkm C.e.rute 501105.ue16 pq t:+mrel1 lm i ts..na 1313 Uayio Iskm C.mrax 45o35 J.ioO�rw Carcae�c Ca Fk.W Plxd mllny Jrlh24 u33o 0o Mm Do. SRM Con •rcrc 9n640Pr� i_oncOir lix Flmw6k F.0 I 41ACp24 013u 0u Mix 5-m 51W C..- WA 1ST" C-W f Cl-'&t T-b R.R., e11/T_024 u3 30 W M:x LZi SRM Crrxaie 910 1/33y6/�/my� Cwe.pr 6u CI5M 4+IYar[J 013u M ALfr S3rwPn FRM Coacrele 45U$i14][N Ctpn.re 7r5v2023 033000 03 30 [f. Mix Dedar. Wx Dlt¢l. 91W (:atma Tuapr C.-w 121r"6As E-D-l"iNlu CaperctxlrBdt4r Aq PuA SI.%Pxk Sl-b I F11`6IMI� JSuO ggyy C pertle Mix fm lbrW Flx�+k Pali, +f+gvla!1 b3 30 W M.a Demo Tempt Cana.rc 4Zi'FI120AFR'45Wl� Ctaar 9e Mix fu F0m.1 Pl,...i Fhnna Y+!r d= [1300txr Mix Axpn ITmm�t Cnacrea TCFWbr;nOAkp•41 Cene.ne M.x� {6nd 1§oeml f5r..na I 9+9.vn, 0310W Mk Deny. ITamml Cenarrre F'W7S20AA7R45W [300o(� ,1m ?-delxlffpp����conrxle lQ5 Pennp 9+Y=2 I34 W Mix Iknrn 1Tmmal Canaan YLY'652uAMR J56u 13w0 hn 4r:.,feyJlpei FITS M- 9M^LL^ E 13304i1 Mix Detrn T.awO Ca.r3xre FW5520AMP 3600 pn CnirreM Nr M e PWeal pum 1 9,Qr$f132 i- fA >.Gxl)- T-i C-- FW5120A 3OT FFpp Cm.aclr Mxlpr l3lceline I [3 mixilcsien li. m Cpnerne FWFFlaOC].S?S 311M15o pP Fiw'aldc Fil[-I- I 4piv+Yu� 0.i 34fit Mir n- Terrem Cmaerr FWFF275 u'l so Pd Flwabk Fill -CLNM EvMnLz-1 033090 xtkri en Tmram PW6p2OA: 40001�p„ _.. }.la 4.Slam lkr.n Wuaua l lllrlo^J.1^] u330W 'x Dcr pn 7mnnl Canu�c TCFW&f+° '4IiBll�L'eaearefer Alanhnres 1t1r1mmm 033000 Mix D- Tmanl Cwwc.r TCFWSD20A 3oW pp++Canermefrr Sid-lk. %9ao= 033000 M. Do�m,e�n 'C+nanr Ce.tx¢ FWSD35A 30* Tei L`pnaele M fmCpr6&Curare, TDnew .gwl AA-. ADA Raw" yryr2P'S2 D310 00 Mrx Tiva Ix-.,lv M. 3030A61pD0 pa Cmcrclr f Sid-Fh yAr21= 03. Uw N' I'M Ikmen 'Grmnr Cmtcreu L75030A ,LI.IMI Culcrrk A4x fa Cu.6 and Cmper I w9^yp2 90,fUR,2 03 30 0o 03 dm o0 M. Ll. mul)eve0 TLrrJnt C'mrcr.0 Then R Wv V.,TRCtS'a14-400 FW553SA3 36 Ni Canwnc M.x Wt Sidmx L., Dnrc Arm A-. AI)A It- ps�L`.+K'rek fn ELvid Inemd 11l fine 4.w= 033D00 Ma 17.0, T-11n1 Red+Mix 110Sld.w"414a AIM XG 1N9R1132 03:W 0u UN Fk+ T Rnl &di Met r4rT�u.2W SlxU pg• Laxre�fm lWb PI.vW ly+nac 'e Jr'A73 03 3000 ACM Dedrn T-()Nkcdi M.x u15O.23n1 Sfdri ]Ipl Cmael Mix Pm Cm6 EOoper. Pr,... S�de+Wpx AAA Rm�p. 03 30 00 K. fl- True Gal knw Mix 02601302 WO � C=w Mix Pn MmNm Pl-d Pana¢ I ww-H#1 p,9 3000 Mix 1).'. Tlue tldl Rdi M.x 02557301 3M10 na. Cmwack Mat f M-A..Pl¢xad Nm:: s•>'rr1012 IO}311 QO Mix ]]ctRq IN r Gdt R.di Mix 03W2XJ x5W psi Cprxaet IYUx fo.IWd Pkrwl Yhrink N•^022 03 300P Mix D- T-0fil Ra& Mix 1]1A5�3u1 J4O pp..�� Cwt.ek Mrx fm Vallcv Gunei r"11aN %eedl Ya.ite 11r30r1lCY 32 13 13 klix Dni¢e wldmma RN4a} 3610A1 i 6.W 5xla r 3,6u0 P.i Cw.c.nc ALx 1w M.N. Plme P.- II I130co'x 32 13 13 a Aedaa WRJd FL 10-A4 4S20AIr 6.Su SeeY r. SW 11q Cmrrnr Mrt lur Hand A-d �yvwx I!I.20/S3 f{{3_3k 0 W1ldu.rrwel-Ax 30A1rS.uualo1SWM.x fp CWp+as IJ5r2M4r Hh0 .x Ilc"si.¢n RdFAx Fr osww."]a0.al 517Widet43M.x E. mWcroemras Wldv ReAf .dCwumR "am,rSEC.aierele M.x fee SnM.al6 end Inleu IK'plm1'_ u3?u [m Mix t] - W.0 Rpdi Mix 367R WID tm co.tt it M.S Ca Wm, mJ C.N1'k bvW F'uulWaeinn. I A.(yp.lr Parixe 32 6Lx D- A-i.Am1.+11 PT5O D7965 PGW-v Tere D Fine Sur6- 9,9,2032 32 12 16 Mix De0sn A.M .A �M DASD135565 PGG+32 T.P(D Fee S�Wiae 19+pCtlP-2 7] i. 16 M, D- Amin ul FPSB117965 P(XJ 22 Tul•�ll Fi.ie Bwe 19.4rJ1'..2 321316 Mix1kPpn Amin 1 pi'1H11'riFsPGW-23Tv Er�nrHp.r IHryf+lli(„ 321316 Mix Deter. Ap.lin II FT16117.2 p(i¢4^7uFinr De¢ 15'LJ1CJ 321216 I%GxDxtiy. R-9 .'glall :uWO[FH Fro6J•217 gam Caur:c lwYr2lf_`1 �2 k2 t6 iMix lkeipn Rnnnld:A 1Wl {n01tl FG64.22 YIyr DFlnrsur4x F9ml-x_. 32 k216 IMx D.Z. R-41&(.yZ1, Il1ZB PGbi-L' BFuir Bez tW'7r`ai32 5#121b Da0ma i&,.vnolOsAq It IG72B PY1W--_Tr HFi-. 111+31v;JL'.'� k;Qtb AUx Denmi Cem61d++ n:1 2I61DP4f,+i- 0F.-Surface Iw1X-'02-'' 3e 016 �Mlx Miv Dmvn S.nmounll'annp _ 341A .P0.14.�T+MDFiiaswr- ]1r1Wd0m. 321216 Mix PDesian Sunmramt Pavmr SWIIVW^�' 1�6J-3}' TYy�D F.oe %vr6cc 12+'Sr'= 33 1216 Mtx Oew¢p San-w Panrrc 107bDV6C21 PG62- Yyy�S F'inx 0aea UMM22 32 P2 16 Mix D a . Stmaw Parana 341.tTRAPS4 ERtl P(5 �4�?'flgcD Fne Dee WSY1032 321316 Mix Dcdcn TXli1T in. Hme 37-311_%9S2O 1�G61�2&'-, Mr-IML 1212 l6 IM', D-- THDI7 d.1-71 Lto5-l7 PG6J F9+0am 331316 .Mix lkom. llnllT 21130i1t737YPGeJ _2FinrP- 1273 16 1 M.y Daden T3friltt I3"'AT3lI1t571PGW-33 Fne fisface - - - - - - - 99r3o32 .r5 7a 16 M. Det¢n Tym 1=;s-l9 PGb4g2 Tvpq DFne Zr I 99r2b23 321116 IMix Peten "'Dmm Swf.. 9Rr _ 321e 1b ',+dix l9antl. �mrr Gi-Z'-012SY8 P61{�32Y�pr. �AF+wcwl:,v 1 9A.'kL:s 1316 :1. 'Mix D"o EMIT tXBFT 13.22,JR5.19 Pfio+l•21T AFmx Sia(gex X1211:4 I. 16 IlHaNa.6k ltix Dx:�yEa WarpfPP��'' S�urrk� 34J MAC..SN,tr 7f}22%N 3Ati A-R Trac D F'um tAwfip:. r321,20-Pnma A-FWl Eln&LWi>v 0n 41M NCl Te007r P¢.we3213 �E! 3l. DK5 -Form Wn efn 11ne4 Cp.l Flnuuarc,'t']il I7deel.MeWeiippPxm 321i2J1 DWS-Cw Farginm 1Pkwo, lm{WiOiuex..ifle Arun Tk w t k��xr 1D"cct* !Ll?WC3 321➢21r WS-m- AAA a�iiwwa.rfM'ilmmgl-L l wamincllf-s FORT WORTH. CITY OF FORT WORTH TRANSPORTATIUY/PVBLEC WORISDEPARTMVN'T CTANDA RD PROU(1C:TC LIST AR O'F' FKII Ei2RL1 Silk. ]nim S.nlmlr � I xYle.2 rr-1a 73 Sev3epl Salem �lpw hxmeo WAISL-CddA 11{ied.lrnplc Ca�ilmunrn4&Jramc f+�iM ScuixW of I,LiM Vyyn-V'311371 E 1Sf.•CdAZI�ied.5muteC n� yyhmncj 4�j�'I ASTM D39939.9 W.2 53 13 7.1 Sul.[ 1'ecnn aUOSL-CddAn+died.31nv1e G'roi S home iaenlSe4nl r�.-fy pgp9} 2[373 Salon[ Crxlru FurlS-honor- Cold AMS2 Canroonrn45Jirn. Sum- Segwo IASTM f13519.a 1 j I1CWW Tn.nh 1'm6cde ,Sand j FSNr"aaL' �3U510 ``Lnrkdarrm SaiW gilaer Cmek l4xkrixta Niliry Fmw4-MSend ASTEE Cs3 l y9N729'33 IFmlcdnvnl 9.,w hM-1. V-bwm 4xnd IASTMt;u 1 9Ak - �330511. "05 10 m :tl,Kn+uuJ �Cnx F and L Din Mama �U.bn. 11nGN Eube S'iM 19dA2ti'_3 AT nS 1. r,d.W,.4n+SvM I F and L Dkm Mom. = U UN Emhr - Sarni IA.SIMC,1.4 I {B1al.;Ir23 ua4 IB m6sJ ma�4 tiauJ Tsn Tnn Mariw Naritllu O6hry ,. _. .mqa Saul IAtiRM C?f I 1 54mm Sx..sx- MAW,.].. 4. R.-Frmn.c & Covrr+.ExaJflVgfjamdl33-uS[3 9£�l'X1tS g.3aj 15 MaJink f'wrcs eN Cnaxr. A II[.xW Gxl Canl�elrv.-T13. Mlif[C r�nROS�Sira-•,'A'i3ie.1 ii,isl7d µ3AAS1f7p µf.p 91?]NJfls .a3u5 0iMxohdc Cpw'a Mrauh Foimdry NF1iLT91 SI'ae-3?-Dti.l AT A44 AASiiTO idYk: 9+X-2 % 3J hS 13 Mephalx P*amn, afe3 Cocax hk-11 F. d.c' NF-174.3.LM IT-Lneedl lSme-33-PTd.l ASTMAUAASHT010ti W2&,o1S 33 aS I3 ,M� vhWe Ftvme tk-b F-dry NF-I Jy MfC� aL]5' Du I _ AS'il.{ A44 AASYTRI M'W6 w2x,u18 33 D513 �Ma.6.k Srxmu ¢na Cerxri AH.mh E'.- R-17La.TTN{SiuDim IASTM A4H AASFITO 14106 a13r3R19 330513 %Mnlnle Frxma enJ Cmrnx 51P LWwdnns •� 22]9STiSipc-:a-Dial AiRAJ8 AA5Ft'I(1 Man§ dr3C'UI9 33[1513 MeplxJr F.-anu Canrn S11•Indunnm •+ =OSTISix-32-Die.i IA9IMAA3AAsM1U 346 10d IM 3305 P3 M.Imkll-J Cnre.z I,-I1r Wo b) Wl033 U^ A lSibe-337�" iAS'1M A3a6 AAW10 M3oA '.x'nnclltl rm,"i+eM ne..e.rrn...w�.m�miq wrrA.r.4+.n.7e....e1..:xua+w.ls:.dr +pxner �yxb�ip.rw W.&g. C7.10.v nx'Ois.l uw rl...�.n..n'r.,...'rnr.+.,..»,u Mxr a,.ew.w(..,,+.mr.u�rcr..+,ew..,N,,...]✓e...wnrfc+...oa..+.,.. Srarm Se+eer- t.kl6 Strm49r9e 33A0. Z @'FJIfJlb 3344]o r,w Twxnv FRT-1 OF3a0$-PRL4:AST•' Sika-IVX3] nsrµ 1u'E/^41]. 33 a9 ][I Cxh Wtl. Flrt.rrcre �PRT-lU04Wh PRECAST"I&-IVX3'1 A-3TT4cy13 t4ffiGtiS1 334E 3u C¢rh lWeb Funmte FkY]Uw4.54U-PRSCAST'141ar-WX4.311 AS'1TI C. 3 zln4fMr,-Y 33 a934 Clurh wtla Porr¢Ru RT-]va..S-I2WPRF.GISP' IS'vs-lU'X4.s1 IASTM C9l5 &M--um �33930 Manhole Fafnlm FT.INA-d09.PkWC LT.TuP Sue-sX a'. IAS TM C913 4n Wxj;{1 33342U hdpn3role _ Foneme FFTJ- tM14FF'GSMW ISkw-a'Xn IASTM C911 ,(PSI -It n 331420 heanhole Fngeffrs ;R'T-iX5-4MWRBCAST-TCP(34.-5-x 5h rAS'1MCV11 IhM�=O?0 33v ?h ManNelr Fmelim. FRTSX54 jc YP CM1S-RA51E%Sire-S%3`I AWD"C"1A 144SCU20 3339'.i1 MwNMc Fodmea E'R'Id.X6-itl-PRECh87TPP[Sire-6'X4°l �ASTM C913 IWlL'^112U r1.T 34'JI Manhole Fonema FFT.M-4k 1-MECAMBA:ak1 Sic-R'X 6) IASEM C91> 3r110M r 44^Vl Cud,W L, jhanmm� Pipe Gm TP0-:0MUG15-PRECAST INLEZ•• vt.IiY% ii IA-STmol$ :4+791�R1 Cu.0 lelek �q-.t F. c- 11'C.-IS)Ja LtPRECA91 INLET (S.a-ti'XTi _ AS.R'RA 611 3R9/�21 �i,T . CLnrkkk Thpmnam A. Gown TM7+^I..7LWJ,Y%[ � Q f$ .3W%7'1 3r1Lr1u"1 riY 34N. 393uASTM M.nhule Th.m,va+ Ihnc Grwn TPC�r7(A-.D4 PfS]'iL" 'FTiP r�m•4a.4 JASIM615 ASTM615 61539'JI Mmdwfr fm.up ��P��•��• TM4YA41 I'MrCAM 4 rr R1SPk(S.tx--1' X9'I SIM6l5 1wfl9v1-7W P�rn�7ti YL314f131 � IVN mmhee 71'0.5X5-d10-Po-PRECAST RASRiSi.-5'XTI 6151 'i3;W 211 M.gMlx Thumn-0n Plne Croon TPC4X5,412-PRECAST S.FTFiSER TSiYr-S'%S'1 A5'QA 613 1t1T 1 p3•l2 M..1". lhnnm.,m Hnc C.eun 'iT10EW.-NI-f'R1•T.1ST T9P1SI1rc-6X67 JIASTM A'nTA1515 k311913031 }3 V. 10 I,1e61.,Je 7hnnicvnr11-FklE STMM. 15u -&'c0 A-M bli 13r1W20.1 33 ?93n 'hy I.Je 7Lonmmn Pi�rliev 7'I+(i.6X6.11billlECAST 6-FT k14PA ISWe-Cx67 IASTMSIi 13+CW3LC1 3339 h' eb,de 7Hpnx..wi Pinc Gl 11,047c411-PRECAST TOP Mm-TXTI A.STM 11 1311+MU21 33373U AinM�k 7lwmnwn Yf'i' hnn TPT:.'1X7411.IRECAST BASF J2;--TX TI �ASTM615 lII1%"I.21 133 3- ldnnlrlk Thomna�n Yinr Gmun 'IP0.7XY7a ISFItE(:A1i•r J-ET i(15EA(sia¢.rx7'I AS-fMAli f3rt9rlW1 3:3Y IU nhnk iTunnu,n Pa Gl9un TPLFF3C6.111•FRECAS7 T(3Pf5ru-C'XAl A5Tpjfi[S f31IA'74_t 3339z, Manh. T1ion,Inun Pirc�Gr„nn FPp-SC8-111-PR£CASTWP.EIIiu-%'XW1 AYTT.t 513 13+1V," 33 w9 0 �.9enlwik Ta�na�M Pi i1 T19- MW D-PRL•CAST rFT RISER fkru-WXVi F.STM 615 13ri1N'JQ] 334920 �hnv mt¢ 7rym.pr+.,*n�P'i�mUlr TPa-IXd ASTM615 130191 Q1 '3349x ,,$WR)CASTINLLTrS.ae-4•ri'. 1.31[YfS.71 338930 p We. I71 Inn l du. TPG+XWo1FF8FCASY IN[.1:i [SIVL-6'Xsi A$ilrS$15 1R1 3 33491R Manhole IOIa I!r P4 W. a• 5t.L:J K.MIo1¢[Sim -s 3: 4'1 _ A1-iid C4'1$ I4^J $l 3349:1. Mex1.-4e OWeude PY.eyn,' V5tom]nnn.m A-(Siae-5'%S'1 ASM C4 I4^zp_r.CT 3.3491A MonI1Me uAe Prsuq a'x.T Stormlomlinpl3ocl .:45'X41 AXTM CA It :xcwZU23 33491u Mo.hWe iuld Ir]IJemrle Prceep S'x3'STorm]unenort Box fSim-S'X-, ASWVAY 1w+,.W;o23 ;3S9 Irr M¢n6ole IPIJrxv]c Y,enq A'xfi'Storm]urenon Box jSia. 6'X 6'1 7AYIM C4]1k laraU2u2E 334910 A4 hl IUl1L.-d Prcuq 1p %1r1'1 m1.n.un Hrn IL-l4hx-KXx'1 IASTMC4 lw2wut; 33d9lu hlenhvty 11311�w PraagS%5'SWrprinnGrpR FIox Bare!Silo-cX x'+ IASTM C47p 11P=Y_W_3 331y 1U MonM1Wc lank.MdelJi/ertn Rngf-tAr V.p $,-d 17m-lday.p[e M.- X X 4" IASTM CQ3 3 Ita&7I 3.3 39 3P Cord [rctl l5 k 3' Rorer IT]um E•r Glaupn ]nletll Rimer Site-3 FT] f /�STM L�1i 3•TA "clo�new 3rfx 3'Ritn 11+�IY^U'.A T}4920 th-fnkl IAanenTbl3 deA oahe.r lktl folk PrX47 IASTM VA Ii71212024 V 4Y 3f1 Dygp IAvgx7FY ]ype kFragncr. Ihuv lalk fSX SI IASTM C913 IlfII'll 11 33 a33U ed �}l01 IA T. {�pc Cttaduek ',Precnd 4Y4'timgn lv`p-$kK IASTM C913 - I1+19r343a 33 a92r1 Manhole IA-T-Yips sPreduem P-L 5vS Slam IUn -Rw µS'IM C9I3 'I'll" 35,S lAenhok IA-dTee Pipe &Pmdeelc f n4 Tgenlial MM [r Mil m d,r wgr5S III) IASTM Mu 1119:U24 33 a93U Menh9lr IAmenT. C14adoen ,Pnxert6'x6'S[9.m l.�livn Box IASTM C913 IV1OPON 33 a9`p 6-holu IA=T-rhpe&r-"u i8P¢ Tamitid.Mli[r Add-tb.Wp pd&JB) IAS'M C91? I fl1v1i 3349M Mn.IMIe A Tex P+m 4P§vduc[s ihewrt SY.B'Sgnm 3uxlion B- AS LM .1 I+THY-'rlid 33' J.o Mmhnl¢ VAm¢n Tcc ,,IK 4P,udncla Ptxrxrt Trglllvn M}] [a' MH nn dle nn, oI LL•1fi1 I.ASIM L: i3 I Le 14vr"23 33 49 _p IN kb. 1Amml'n Five frndcl+ T.vvC lflilnn nrairt ManW.. B- W. MiJ m lh.Ino nr NCR) IASM4 13 "Ar :P bier..r.^k•�7M'/a+1+JM--f6n+ml"I xnn'�flp•�.i.r+Nnr a.Y.-mn w.lagx:.dr�#emi P. Awe rrr'N+nt e.eFur.q+nree.e. niedrbe.0'e MY OF FORT WORTH TRAN'SPORTATIONIPURUC WORKS DEPARTMENT STANDARD PROT)EX-PS UCT AS OP 4Sll W-n2i 4,9r2/Y'1 534113 36-1*,.p —d Dran 9p Im LADS ADS IN Slmm PdNR t-0'1 ATN F-Ml & AASIFTO MM 334910 Sl—Drain hm ln M.wids iamll'PLC+morn-�f• Ra:nGrraW Caarcrr+e ue Jwnl PipefSim-21''I.." IAKMC?6.Cf.55 &^.Ar43 [:1y 40 IW1J]UA3 334110 ',,'��IIft'l'JmQ�3 ]M At W TALI%&4l to CLI•m Fon Slann D—Plan (CvIw B. C ,, Pim 4•cr MaRnds mriTs Pp. APrd.e FA—iltll&Iluaw 3T Tl'amu RemP eee CMcMePka LPt.cnl5ke-vyiuuci Rr..rm dC ,--F Tggq R� dfalw -W LPope'IS--13'nr hrpal Ron&—j Cmlcmc�`°`��tAS7MCla}i,L'157T R..f—Yld tCawrl tew �oevc ioinlR�'ISpe-15'ur Wrwerl IASM Clay, C4SQ IASWC76.C$G6 �1Sfid C1+73CSM C15T7 I r d I �J 9999.01 - 1 SUBMERSIBLE GRINDER PUMP STATIONS Page 1 of 19 1 SECTION 9999.01 2 SUBMERSIBLE GRINDER PUMP STATIONS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 L Minimum requirements for submersible grinder pump stations, including electrical 7 and valve assemblies necessary for providing a complete pump system that shall 8 discharge to a low-pressure sewer system. 9 2. Bid item for Submersible Grinder Pump Stations shall include furnishing, 10 installing, testing, and startup of submersible grinder pump suitably mounted in a 11 basin constructed of high density polyethylene (HDPE) or Polypropylene 12 Copolymer for simplex stations and HDPE or Fiberglass for duplex stations, 13 watertight accessway and basin covers, electrical quick disconnect, automatic level 14 control, pump removal harness, shut-off valve, anti -siphon valve, vent if installed in 15 floodplain and required by manufacturer, check valve assembled within the basin, 16 electrical alarm/disconnect panel, and all necessary internal wiring and controls. 17 3. For ease of serviceability, all pump motor/grinder units shall be of like type and 18 horsepower throughout the project. 19 4. This Contract will be for a three (3) year period. The City may opt to have the 20 Contractor install grinder pump stations in batches during the Contract period. 21 5. Grinder pumps shall not be delivered until notification by the City, at which time 22 the Contractor shall deliver the pumps within 60 days. 23 B. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 25 Contract 26 2. Division 1— General Requirements 27 3. 26 05 00 — Common Work Results for Electrical 28 4. 26 05 33 —Raceway and Boxes for Electrical Systems 29 5. 26 05 43 — Underground Ducts and Raceways for Electrical Systems 30 6. 33 31 15 — High Density Polyethylene (HDPE) Pressure Pipe 31 7. 33 3150 — Sanitary Sewer Service Connection and Service Line 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement and Payment 34 1. Measurement 35 a. Per each submersible grinder pump station, including electrical and valve 36 assemblies, installed in place. 37 b. Per each submersible grinder pump, for city maintenance attic stock 38 2. Payment 39 a. The work performed and materials furnished in accordance with this Item shall 40 be paid for at the respective unit price bid per each submersible grinder pump 41 station, complete in place. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 —ram,---- - .ILA. 9999.01 -2 SUBMERSIBLE GRINDER PUMP STATIONS Page 2 of 19 1 b. Price shall be full compensation for furnishing, installing, testing, and startup of 2 submersible grinder pump suitably mounted in a basin constructed of high 3 density polyethylene (HDPE) or Polypropylene Copolymer for simplex stations 4 and HDPE or Fiberglass for duplex stations, watertight accessway and basin 5 covers, electrical quick disconnect, automatic level control, pump removal 6 harness, shut-off valve, anti -siphon valve, vent if installed in floodplain and 7 required by manufacturer, check valve assembled within the basin, electrical 8 alarm/disconnect panel, all necessary internal wiring and controls, and for all 9 other materials, equipment, labor, tools and incidentals necessary to complete 10 the work. 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. ASTM International 17 a. ASTM A36, Standard for Carbon Structural Steel. 18 b. ASTM A123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings 19 on Iron and Steel Products. 20 c. ASTM A143-74, Recommended Practice for Safeguarding Against 21 Embrittlement of Hot -Dip Galvanized Structural Steel Products and Procedure 22 for Detecting Embrittlement. 23 d. ASTM A153, Standard for Zinc Coating (Hot -Dip) on iron and Steel Hardware. 24 e. ASTM A384, Standard Practice for Safeguarding Against Warpage and 25 Distortion During Hot -Dip Galvanizing of Steel Assemblies. 26 f. ASTM A385, Standard Practice for Providing High Quality Zinc Coating (Hot- 27 Dip). 28 3. NEMA 29 a. Standards Publication 250-2003, "Enclosures for Electrical Equipmerit (1000 30 Volts Maximum)". Type 6P. 31 b. Standards Publication 250-2003, "Enclosures for Electrical Equipment (1000 32 Volts Maximum)". Type 4X. 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Warranty. Contractor shall submit signed warranty guarantee with bid proposal. 35 B. Pre -construction Submittals. Before the beginning of construction, the Contractor shall 36 submit the following for approval: 37 1. Manufacturer catalog sheets and information on pump stations, including pumps, 38 fittings, valves, basins/vaults, electrical panels, and all other relevant components. 39 2. Name of the pre -qualified contractor or subcontractor responsible for installation of 40 the grinder pump stations. 41 3. Certifications or other proof of manufacturer's training of factory -trained 42 technician(s) to be used for field testing. 43 4. Grinder pump curves. 44 5. Traffic control plan. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -3 SUBMERSIBLE GRINDER PUMP STATIONS Page 3 of 19 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00 3 B. All submittals shall be approved by the City prior to delivery. 4 1.6 ACTION SUBMITTALS 5 A. Prior to construction the contractor shall coordinate with city staff for a factory 6 representative training course for installation and maintenance procedures for the 7 selected pump system. Training course shall be a minimum of 24 hours and include 8 pump rehabilitation and reconstruction as well as troubleshooting procedures of 9 underperforming systems. At the conclusion of the training program city staff shall be 10 certified for factory warranty repair. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS 13 A. Contractor shall provide copies of the original manufacturer's OEM manuals with 14 service recommendation and to city staff prior to project closeout. 15 1.9 QUALITY ASSURANCE (SEE ALSO 00 2113, SECTION 3.1.4) 16 A. Personnel Qualifications. Contractor shall include in the bid package the following: 17 1. Contractor 18 a. Information for at least 5 grinder pump station installation projects performed 19 in the last 5 years. Include the following information for each project: 20 1) Name and contact information of the Utility or Owner. 21 2) Project details: Project name, start and end dates, number of pump stations, 22 bid amount, change order history, final construction contract amount. 23 3) Construction inspector's name and phone number. 24 4) Utility Engineer's name and phone number. 25 5) Contractor's project manager or construction supervisor name and phone 26 number. 27 b. History of pump station installations in the City of Fort Worth. 28 1) Project details: Project name, start and end dates, number of pump stations, 29 type of grinder pump installed, type of discharge (low pressure sewer or 30 gravity sewer), final construction contract amount. 31 2. Subcontractor(s) 32 a. If the Contractor intends to use one or more subcontractors for grinder pump 33 station installation, Contractor shall submit each subcontractor's 5-year project 34 history and Fort Worth project history, as detailed in item 1.9.A.1. above, for 35 prequalification. 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. The Contractor shall receive, store, temporarily support, and handle equipment prior to 38 installation in strict accordance with each manufacturer's recommendations. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -4 SUBMERSIBLE GRINDER PUMP STATIONS Page 4 of 19 1 B. The contractor is responsible for receiving the grinder pump units from the 2 manufacturer and storing them offsite until they are ready to be installed. The grinder 3 pump units must be stored in strict accordance with manufacturer's recommendations. 4 The location where the grinder pump units are stored must be made accessible to the 5 City for inspection upon request. Once ready for installation, all grinder pump units 6 will be delivered to the jobsite preassembled ready for installation. Each grinder pump 7 unit will have a minimum of 4 lifting eyes, or other accommodation to facilitate safe 8 unloading. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY 11 A. The City requires that the Contractor shall provide a part(s) and labor, 100% 12 unconditional warranty on the complete station and accessories, including, but not 13 limited to, control panel and redundant check valve, for a period of twenty-four (24) 14 months after the date the City accepted the installation. The Contractor may assign this 15 warranty to the manufacturer, as long as the assignment is in writing and agreed to and 16 signed by the Contractor, the manufacturer, and the City. 17 B. The City also requires that the manufacturer shall train Fort Worth Water Department 18 employees for repair and maintenance to qualify as warranty repair and agree to 19 provide replacement parts within 10 days of request. 20 C. The Contractor shall compensate the City for warranty repair work. 21 PART 2 - PRODUCTS 22 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. All components of the pump stations shall consist of corrosion -resistant materials or be 25 protected from corrosion by approved coatings. 26 2.3 ACCEPTABLE PRODUCTS AND MANUFACTURERS: 27 A. The following manufacturers are listed as acceptable in order to set a definite standard 28 of quality and performance. Listed manufacturers and products are expected to fully 29 comply with the specification: 30 1. Crane Pumps & Systems (Barnes Pressure Systems) 31 a. Simplex Station: EcoTRAN basin with Flat Vented Cover and OGP2022CE 32 grinder pump - 33 b. Duplex Station: Pre -Packaged Fiberglass Systems with OGP2022CE grinder I 34 pump 35 c. Floodplain Station: EcoTRAN basin with Floodplain Cover and OGP2022CE 36 grinder pump 37 2. Environment One (E/One). 38 a. Simplex Station: DH071 grinder pump station 39 b. Duplex Station: DH152 grinder pump station 40 c. Floodplain Station: WH101F grinder pump station CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS March 2019 Watercress Low Pressure Sewer Project No. I01002 I 9999.01 - 5 SUBMERSIBLE GRINDER PUMP STATIONS Page 5of19 2.4 CENTRIFUGAL GRINDER PUMP 2 A. DESIGN: A centrifugal submersible grinder pump designed to reduce all material 3 found in normal domestic sewage, including plastics, rubber, sanitary napkins, and 4 disposable diapers into a finely ground slurry. The resultant slurry is then pumped 5 through small diameter piping, gravity interceptor or treatment facility. The 6 temperature limitation of the liquid being pumped is 104°F (40°C) continuous and shall 7 be capable of running dry for extended periods. 8 B. PERFORMANCE: In order to insure proper operation in all conditions, pump(s) must 9 provide, without overheating in continuous operation, maximum head condition 10 required by the system. Pump(s) must also be capable of operating at zero or negative 11 heads without damage to the pump(s). 12 C. CONSTRUCTION: The volute, seal plates and motor housing shall be constructed of 13 high quality ASTM A-48 class 30 cast iron. The pump (s) shall be painted with a water 14 based air dry enamel of 2.0 mil minimum thickness. All exposed hardware shall be 300 15 series stainless steel. Discharge connection shall be a standard 1.25 inch NPT in the 16 vertical position using a threaded bolt on discharge flange. 17 18 The pump impellers shall be of the recessed vortex design. Pumps with standard 19 centrifugal semi -open impeller designs shall not be acceptable. The impellers shall be 20 of 85-5-5-5 construction and machined such that the upper impeller is locked for 21 positive rotation by a positioning sleeve threaded to the shaft and the lower is machined 22 for threading directly to the motor shaft. Both impellers are dynamically balanced to 23 ISO G6.3. 24 25 The pump shall be a two -bearing design consisting of an upper angular contact ball 26 bearing carrying the thrust loads, and lower angular contact ball bearing for the purpose 27 of carrying the thrust loads and radial loads. Sleeve bearings for ball bearings will not 28 be considered equal. Bearings shall operate in an oil bath atmosphere for superior life. 29 Permanently lubricated bearings are not acceptable. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 6 SUBMERSIBLE GRINDER PUMP STATIONS Page 6 of 19 1 D. GRINDER: The grinder mechanism shall be specifically designed for use in a grinder 2 pump. Garbage disposal cutting mechanisms are not acceptable. The mechanism shall 3 consist of a radial cutter threaded and locked on the motor shaft by a washer in 4 conjunction with a countersunk flat head capscrew, and a shredding ring containing a 5 minimum of seven flow passages with cutting edges. Grinding shall be accomplished 6 by a slicing action as opposed to a chopping action. Chopping -type cutter mechanisms 7 will not be allowed. Grinder design shall be able to alternately engage cutters at start 8 and shall exert a minimum cutting force of 30 pounds, thus eliminating the need for 9 excessive motors. The shredding ring shall be reversible to provide twice the cutting- 10 edge life. All grinding mechanism components, including both the shredding ring and 11 radial cutter and its impeller (if required), shall be constructed of 44OC stainless steel 12 hardened to a minimum Rockwell C55 and shall be finish ground for a fine cutting 13 edge. Two -stage cutter mechanisms and/or those requiring external adjustment for 14 proper clearance are not acceptable. 15 16 The grinder shall be placed immediately below the pumping elements and shall be 17 direct -driven by a single, one-piece, stainless steel motor shaft. The grinding assembly 18 shall operate without objectionable noise or vibration over the entire range of 19 recommended operating pressures. The grinder shall be constructed so as to eliminate 20 clogging and jamming under all normal operating conditions including starting. In 21 order to demonstrate adequate flow velocity and grinding capability, the grinder pump 22 shall be capable of passing a series of stringy type solids (diapers, rags, feminine 23 products, etc.) through the pump without roping or winding the material in or 24 immediately below the pump suction. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 7 SUBMERSIBLE GRINDER PUMP STATIONS Page 7 of 19 1 E. ELECTRIC MOTOR: Single-phase motors shall be of the capacitor start, capacitor run 2 design, 240 volt, and single phase, 2 HP. The motor shall meet the performance 3 requirements of a NEMA L speed -torque curve. The motor shall be designed to be non- 4 overloading throughout the entire pump curve. The motor shall be constructed with the 5 open windings operating in a sealed housing, which contains clean dielectric oil for 6 heat dissipation from the windings and for lubrication of the bearings, making it 7 capable of operating in a totally, partially, or non -submerged condition for extended 8 periods of time without damage due to heat being generated. Oil used must be able to 9 be disposed of as non -hazardous waste. Air -filled motors shall not be acceptable. The 10 rotor and stator assembly shall be of the standard frame design and secured to the pump designs 11 seal plate by four threaded fasteners allowing for easy serviceability. Motor 12 incorporating shrink or press fit assemblies between the stator and motor housing shall 13 not be considered acceptable. The motor shaft shall be of 416 stainless steel. 14 15 An automatically resetting, heat sensing thermal device that interrupts current flow if 16 excessive temperature and/or current is detected shall provide protection against 17 excessive temperature. 18 19 The pumps shall be equipped with 50 ft. of type SOW power cord. The power cord and 20 motor shall be connected via quick disconnect pin terminals located within the motor 21 housing. Pin receptacles shall be crimped and molded to the power cord in a PVC 22 plug. The plug shall be secured with a stainless -steel compression plate to prevent 23 water from entering the motor housing and to provide strain relief at the point of cord 24 entry. A polybutylene terephthalate terminal block with brass pin inserts shall connect 25 26 the power cord leads with motor leads. The ground pin shall be longer than the other pins such that the ground connection is the first connection made and the last 27 connection broken when the plug is inserted and removed, respectively. A Buna-N 0- 28 ring shall provide isolation sealing between terminal block and the motor housing. The 29 plug assembly shall be guaranteed by the manufacturer to meet UL approval for 30 submersion 31 F. MECHANICAL SEAL: The pump shall be equipped with double floating, self- 32 aligning rotary shaft seal to prevent leakage between the motor and pump. The 33 materials of construction shall be silicon carbide for both the rotating face and for the 34 stationary face, lapped and polished to a tolerance of one light band, with 300 stainless 35 steel hardware, with all elastomer parts of Buna-N. 36 G. TANK/BASIN AND ACCESSWAY: 37 1. SIMPLEX STATION: The basin shall be a wetwell/drywell design made of 38 engineered polypropylene copolymer of 2-piece construction, factory assembled, 39 with preformed corrosion resistant rebar factory installed. All basin hardware is to 40 be 300 Series Stainless Steel. The basin shall include a(n): 41 a. Pump Orientation Device (POD) for pump support and orientation. The POD 42 shall have a 1/8 inch x 1/a inch polypropylene lifting harness accessible from 43 44 top side. b. Three position inlet capable of receiving a 4 inch Sch 40 pipe through the field 45 installed Flexible Inlet Flange. Contractor shall, at the appropriate inlet 46 position, utilize a 5 inch diameter bit to provide a 4 inch diameter Sch 40 stub 47 out and removable cap for private service connection. 48 c. Riser constructed from 18 inch diameter HDPE corrugated drainpipe, field 49 adjustable to sets basin depth (limit 9.5 feet to bottom of basin). CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 8 SUBMERSIBLE GRINDER PUMP STATIONS Page 8 of 19 1 d. Flat vented or floodplain polyethylene cover and interlocking Riser Adapter. 2 The cover shall have a minimum load rating of 150 pounds per square foot. 3 e. 1-1/4 inch full port ball valve operable from top side via a polypropylene 4 harness. The ball valve shall be removable without basin entry. 5 f. Two 1/2 inch diameter polypropylene lifting straps attached to the pump 6 accessible from top side. The two pump lifting harnesses shall have a breaking 7 strength 3750 pounds each. 8 g. Environmentally sealed pressure Level Control Switch with CPVC housing, 9 HNBR diaphragm, and molded quick connect for sealing and strain relief. 10 h. Anti -siphon valve integral to cast iron motor housing with a fiber reinforced 11 nitrile flapper and Valox with stainless steel rivet seat. 12 The basin shall discharge through a 1-1/4 inch NPT flexible stainless steel pipe 13 connected to the basin mounted bronze tank receiver and check valve. 14 2. DUPLEX STATION: The basin shall be a wetwell/drywell design made of 15 engineered polypropylene copolymer of 2-piece construction, factory assembled, 16 with preformed corrosion resistant rebar factory installed. All basin hardware is to 17 be 300 Series Stainless Steel. The basin shall include a(n): 18 a. Pump Orientation Device (POD) for pump support and orientation. The POD 19 shall have a 1/8 inch x 3/4 inch polypropylene lifting harness accessible from 20 top side. 21 b. Three position inlet capable of receiving a 4 inch Sch 40 pipe through the field 22 installed Flexible Inlet Flange. Contractor shall, at the appropriate inlet 23 position, utilize a 5 inch diameter bit to provide a 4 inch diameter Sch 40 stub 24 out and removable cap for private service connection. 25 c. Riser constructed from 18 inch diameter HDPE corrugated drainpipe, field 26 adjustable to sets basin depth (limit 9.5 feet to bottom of basin). 27 d. Flat vented or floodplain polyethylene cover and interlocking Riser Adapter. 28 The cover shall have a minimum load rating of 150 pounds per square foot. 29 e. 1-1/4 inch full port ball valve operable from top side via a polypropylene 30 harness. The ball valve shall be removable without basin entry. 31 f. Two 1/2 inch diameter polypropylene lifting straps attached to the pump 32 accessible from top side. The two pump lifting harnesses shall have a breaking 33 strength 3750 pounds each. 34 g. Environmentally sealed pressure Level Control Switch with CPVC housing, 35 HNBR diaphragm, and molded quick connect for sealing and strain relief. 36 h. Anti -siphon valve integral to cast iron motor housing with a fiber reinforced 37 nitrile flapper and Valox with stainless steel rivet seat. 38 The basin shall discharge through a 1-1/4 inch NPT flexible stainless steel pipe 39 connected to the basin mounted bronze tank receiver and check valve. 40 H.. ALARM BOX: Standard alarm box (Model 1500) with 100-feet direct burry cable and 41 specs. Alarm Light, Horn, Silence Button & Circuit Breaker. 42 I. PUMP TEST: The pump manufacturer shall perform the following inspections and 43 tests: 44 1. A check of the motor voltage and frequency shall be made as shown on the name 45 plate. 46 2. A motor and cable insulation test for moisture content or insulation defects shall be 47 made per CSA criteria. 48 3. The pump shall be completely submerged and run to determine that the unit meets 49 three pre -determined hydraulic performance points. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 9 SUBMERSIBLE GRINDER PUMP STATIONS Page 9 of 19 1 If certified testing is required, the manufacturer shall offer to perform tests in 2 accordance with Grades B, E and U of Hydraulic Institute standards. 3 J. START-UP: The pump(s) shall be tested at start-up by a qualified representative of the 4 manufacturer. A start-up report as provided by the manufacturer shall be completed 5 before final acceptance of the pump(s). 6 K. DOCUMENTATION: The manufacturer, if requested, will supply standard submittal 7 data; Standard submittal data consist of 8 1. Pump catalog data 9 2. Pump performance curve 10 3. Break Away Fitting (BAF) data 11 4. Cover data 12 5. Typical installation drawing 13 6. Control panel data 14 7. Panel wiring schematic 15 8. Accessory data 16 9. Installation & Operation Manuals with Parts List 17 2.5 PROGRESSIVE CAVITY PUMPS 18 A. DESIGN: The pump shall be a custom designed, integral, vertical rotor, motor driven, 19 solids handling pump of the progressing cavity type with a single mechanical seal. 20 Double radial O-ring seals are required at all casting joints to minimize corrosion and 21 create a protective barrier. All pump castings shall be cast iron, fully epoxy coated to 8- 22 10 mil Nominal dry thickness, wet applied. The rotor shall be through -hardened, highly 23 24 polished, precipitation hardened stainless steel. The stator shall be of a specifically compounded ethylene propylene synthetic elastomer. This material shall be suitable for 25 domestic wastewater service. Its physical properties shall include high tear and 26 abrasion resistance, grease resistance, water and detergent resistance, temperature 27 stability, excellent aging properties, and outstanding wear resistance. Buna-N is not 28 acceptable as a stator material because it does not exhibit the properties as outlined 29 above and required for wastewater service. 30 B. PERFORMANCE: The pumps shall be capable of delivering 15 GPM against a rated 31 total dynamic head of 0 feet (0 PSIG), 11 GPM against a rated total dynamic head of 92 32 33 feet (40 PSIG), and 7.8 GPM against a rated total dynamic head of 185 feet (80 PSIG). The pump(s) must also be capable of operating at negative total dynamic head without 34 overloading the motor(s). Under no conditions shall in -line piping or valving be 35 36 allowed to create a false apparent head. C. CONSTRUCTION: NOT USED d d CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 -10 SUBMERSIBLE GRINDER PUMP STATIONS Page 10 of 19 1 D. GRINDER: The grinder shall be placed immediately below the pumping elements and 2 shall be direct -driven by a single, one-piece motor shaft. The grinder impeller (cutter 3 wheel) assembly shall be securely fastened to the pump motor shaft by means of a 4 threaded connection attaching the grinder impeller to the motor shaft. Attachment by 5 means of pins or keys will not be acceptable. The grinder impeller shall be a one-piece, 6 4140 cutter wheel of the rotating type with inductively hardened cutter teeth. The cutter 7 teeth shall be inductively hardened to Rockwell 50 — 60c for abrasion resistance. The 8 shredder ring shall be of the stationary type and the material shall be white cast iron. 9 The teeth shall be ground into the material to achieve effective grinding. The shredder 10 ring shall have a staggered tooth pattern with only one edge engaged at a time, 11 maximizing the cutting torque. These materials have been chosen for their capacity to 12 perform in the intended environment as they are materials with wear and corrosive 13 resistant properties. 14 15 This assembly shall be dynamically balanced and operate without objectionable noise 16 or vibration over the entire range of recommended operating pressures. The grinder 17 shall be constructed so as to minimize clogging and jamming under all normal 18 operating conditions including starting. Sufficient vortex action shall be created to 19 scour the tank free of deposits or sludge banks which would impair the operation of the 20 pump. These requirements shall be accomplished by the following, in conjunction with 21 the pump: 22 1. The grinder shall be positioned in such a way that solids are fed in an upward flow 23 direction. 24 2. The maximum flow rate through the cutting mechanism must not exceed 4 feet per 25 second. This is a critical design element to minimize jamming and as such must be 26 adhered to. 27 3. The inlet shroud shall have a diameter of no less than 5 inches. Inlet shrouds that 28 are less than 5 inches in diameter will not be accepted due to their inability to 29 maintain the specified 4 feet per second maximum inlet velocity which by design 30 prevents unnecessary jamming of the cutter mechanism and minimizes blinding of 31 the pump by large objects that block the inlet shroud. 32 4. The impeller mechanism must rotate at a nominal speed of no greater than 1800 33 rpm. 34 The grinder shall be capable of reducing all components in normal domestic sewage, 35 including a reasonable amount of "foreign objects," such as paper, wood, plastic, glass, 36 wipes, rubber and the like, to finely -divided particles which will pass freely through the 37 passages of the pump and the 1-1/4" diameter stainless steel discharge piping. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS March 2019 Watercress Low Pressure Sewer Project No. 101002 r I 0 0, M 9999.01 - 11 SUBMERSIBLE GRINDER PUMP STATIONS Page 11 of 19 1 E. ELECTRIC MOTOR: As a maximum, the motor shall be a 1 HP, 1725 RPM, 240 Volt 2 60 Hertz, 1 Phase, capacitor start, ball bearing, air-cooled induction type with Class F 3 installation, low starting current not to exceed 30 amperes and high starting torque of 4 8.4 foot pounds. The motor shall be press -fit into the casting for better heat transfer and 5 longer winding life. Inherent protection against running overloads or locked rotor 6 conditions for the pump motor shall be provided by the use of an automatic -reset, 7 integral thermal overload protector incorporated into the motor. This motor protector 8 combination shall have been specifically investigated and listed by Underwriters 9 Laboratories, Inc., for the application. Non -capacitor start motors or permanent split 10 capacitor motors will not be accepted because of their reduced starting torque and 11 consequent diminished grinding capability. The wet portion of the motor armature must 12 be 300 Series stainless. To reduce the potential of environmental concerns, the expense 13 of handling and disposing of oil, and the associated maintenance costs, oil -filled motors 14 will not be accepted. 15 F. MECHANICAL SEAL: The pump/core shall be provided with a mechanical shaft seal 16 to prevent leakage between the motor and pump. The seal shall have a stationary 17 ceramic seat and carbon rotating surface with faces precision lapped and held in 18 position by a stainless steel spring. 19 G. TANK AND ACCESSWAY: CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Watercress Low Pressure Sewer March 2019 Project No. 101002 9999.01 - 12 r SUBMERSIBLE GRINDER PUMP STATIONS 1 Page 12 of 19 1. SIMPLEX STATION: The tank shall be a Wetwell/Drywell design made of high- 2 density polyethylene, with a grade selected to provide the necessary environmental 3 stress cracking resistance. Corrugated sections are to be made of a double wall 4 construction with the internal wall being generally smooth to promote scouring. 5 The corrugations of the outside wall are to be a minimum amplitude of 1-1/2" to 6 provide necessary transverse stiffness. Any incidental sections of a single wall 7 construction are to be 0.250" thick (minimum). All seams created during tank 8 construction are to be thermally welded and factory tested for leak tightness. The 9 tank wall and bottom must withstand the pressure exerted by saturated soil loading 10 at maximum burial depth. All station components must function normally when 11 exposed to 150 percent of the maximum external soil and hydrostatic pressure. 12 13 The tank shall be furnished with one EPDM grommet fitting to accept a 4.50" OD 14 DWV or Schedule 40 pipe. The tank capacities shall be as shown on the contract 15 drawings. 16 17 The Drywell accessway shall be an integral extension of the Wetwell assembly and 18 shall include a lockable cover assembly providing low profile mounting and 19 watertight capability. The accessway design and construction shall enable field 20 adjustment of the station height in increments of 4" or less without the use of any 21 adhesives or sealants requiring cure time before installation can be completed. 22 23 The station shall have all necessary penetrations molded in and factory sealed. To 24 ensure a leak free installation no field penetrations will be acceptable. 25 26 All discharge piping shall be constructed of 304 stainless steel. The discharge shall 27 terminate outside the accessway bulkhead with a stainless steel, 1-1/4" Female NPT 28 fitting. The discharge piping shall include a stainless -steel ball valve rated for 235 29 psi WOG; PVC ball valves or brass ball/gate will not be accepted. The bulkhead 30 penetration shall be factory installed and warranted by the manufacturer to be 31 watertight. 32 33 The accessway shall include a single NEMA 6P Electrical Quick Disconnect (EQD) 34 for all power and control functions, factory installed with accessway penetrations 35 warranted by the manufacturer to be watertight. The EQD will be supplied with 36 100' of useable Electrical Supply Cable (ESC) outside the station, to connect to the 37 alarm panel. The ESC shall be installed in the basin by the manufacturer. Field 38 assembly of the ESC into the basin is not acceptable because of potential 39 workmanship issues. The EQD shall require no tools for connecting, seal against 40 water before the electrical connection is made, and include radial seals to assure a 41 watertight seal regardless of tightening torque. Plug -type connections of the power 42 cable onto the pump housing will not be acceptable due to the potential for leaks 43 and electrical shorts. A junction box shall not be permitted in the accessway due to 44 the large number of potential leak points. The EQD shall be so designed to be 45 conducive to field wiring as required. The accessway shall also include an integral 46 2-inch vent to prevent sewage gases from accumulating in the tank. 47 CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 : ; 9999.01 - 13 SUBMERSIBLE GRINDER PUMP STATIONS Page 13 of 19 1 Simplex stations installed within flood plains shall be sealed to prevent inflow 2 during high water events. Sealed stations shall be provided with a remote stainless- 3 steel vent with screen per manufacturers criteria. The vent shall be installed 2' 4 above the 100 year BFE, at a location to be agreed upon by both the city inspector 5 and homeowner. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 14 I SUBMERSIBLE GRINDER PUMP STATIONS Page 14 of 19 I 1 2. DUPLEX STATION: The tank shall be a Wetwell/Drywell design made of high- 2 density polyethylene, with a grade selected to provide the necessary environmental 3 stress cracking resistance. Corrugated sections are to be made of a double wall I 4 construction with the internal wall being generally smooth to promote scouring. 5 The corrugations of the outside wall are to be a minimum amplitude of 1-1/2" to 6 provide necessary transverse stiffness. Any incidental sections of a single wall I 7 construction are to be 0.250" thick (minimum). All seams created during tank 8 construction are to be thermally welded and factory tested for leak tightness. The 9 tank wall and bottom must withstand the pressure exerted by saturated soil loading I 10 at maximum burial depth. All station components must function normally when 11 exposed to 150 percent of the maximum external soil and hydrostatic pressure. 12 13 The tank shall be furnished with one EPDM grommet fitting to accept a 4.50" OD I 14 DWV or Schedule 40 pipe. The tank capacities shall be as shown on the contract 15 drawings. 16 '17 The Drywell accessway shall be an integral extension of the Wetwell assembly and 18 shall include a lockable cover assembly providing low profile mounting and 19 watertight capability. The cover shall be high density polyethylene, green in color, I 20 with a load rating of 150 lbs per square foot. The accessway design and 21 construction shall enable field adjustment of the station height in increments of 3" 22 or less without the use of any adhesives or sealants requiring cure time before ' 23 installation can be completed. 24 25 The station shall have all necessary penetrations molded in and factory sealed. To ' 26 ensure a leak free installation no field penetrations will be acceptable. 27 28 All discharge piping shall be constructed of 304 stainless steel. The discharge shall 29 terminate outside the accessway bulkhead with a stainless steel, 1-1/4" Female NPT ' 30 fitting. The discharge piping shall include a stainless -steel ball valve rated,for 235 31 psi WOG; PVC ball valves or brass ball/gate will not be accepted. The bulkhead 32 penetration shall be factory installed and warranted by the manufacturer to be ' 33 watertight. 34 35 The accessway shall include a single NEMA 6P Electrical Quick Disconnect (EQD) ' 36 for all power and control functions, factory installed with accessway penetrations 37 warranted by the manufacturer to be watertight. The EQD will be supplied with 38 100' of useable Electrical Supply Cable (ESC) outside the station, to connect to the ' 39 alarm panel. The ESC shall be installed in the basin by the manufacturer. Field 40 assembly of the ESC into the basin is not acceptable because of potential 41 workmanship issues. The EQD shall require no tools for connecting, seal against ' 42 water before the electrical connection is made, and include radial seals to assure a 43 watertight seal regardless of tightening torque. Plug -type connections of the power 44 cable onto the pump housing will not be acceptable due to the potential for leaks ' 45 and electrical shorts. A junction box shall not be permitted in the accessway due to 46 the large number of potential leak points. The EQD shall be so designed to be 47 conducive to field wiring as required. The accessway shall also include an integral 48 2-inch vent to prevent sewage gases from accumulating in the tank. ' 49 CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 1 r 9999.01 - 15 SUBMERSIBLE GRINDER PUMP STATIONS Page 15 of 19 Duplex stations installed within flood plains shall be sealed to prevent inflow during high water events. Sealed stations shall be provided with a remote stainless - steel vent with screen per manufacturers criteria. The vent shall be installed 2' above the 100 year BFE, at a location to be agreed upon by both the city inspector and homeowner. H. ALARM BOX: Each grinder pump station shall include a NEMA 4X, UL-listed alarm panel suitable for wall or pole mounting. The NEMA 4X enclosure shall be i manufactured of thermoplastic or thermoplastic polyester to ensure corrosion resistance. The enclosure shall include a hinged, lockable cover with padlock, preventing access to electrical components, and creating a secured safety front to allow access only to authorized personnel. The enclosure shall not exceed 12.5" W x 16" H x 7.5" D. The alarm panel shall contain one 15-amp, double -pole circuit breaker per pump core for pump core power circuit and one 15-amp, single -pole circuit breaker for the alarm circuit. The panel shall contain a push -to -run feature, an internal run indicator, and a complete alarm circuit. All circuit boards in the alarm panel are to be protected with a conformal coating on both sides and the AC power circuit shall include an auto resetting fuse. The alarm panel shall include the following features: external audible and visual alarm; 3 push -to -run switch; push -to -silence switch; redundant pump start; and high level alarm capability. The alarm sequence for s simplex station is to be as follows when the pump i and alarm breakers are on: i 1. When liquid level in the sewage wet -well rises above the alarm level, the contacts 1 on the alarm pressure switch activate, audible and visual alarms are activated, and 3 the redundant pump starting system is energized. 2. The audible alarm may be silenced by means of the externally mounted, push -to - silence button. 1 3. Visual alarm remains illuminated until the sewage level in the wet -well drops Z below the "off' setting of the alarm pressure switch. 3 For a duplex station the high-level alarm system shall operate as follows: 4 1. The panel will go into alarm mode if either pump's alarm switch closes. During the 5 initial alarm mode both pumps will run, and the alarm light and buzzer will be 5 delayed for a period of time based on user settings (default is 3-1/2 minutes). If the 7 station is still in high-level alarm after the delay, the light and buzzer will be B activated. 9 2. The audible alarm may be silenced by means of the externally mounted push-to- 0 silence button. 1 3. The visual alarm remains illuminated until the sewage level in the wet well drops 2 below the "off' setting of the alarm switch for both pumps. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS March 2019 Watercress Low Pressure Sewer Project No. 101002 9999.01 - 16 SUBMERSIBLE GRINDER PUMP STATIONS Page 16 of 19 1 The visual alarm lamp shall be inside a red, oblong lens at least 3.75"L x 2.38"W x 2 1.5"H. Visual alarm shall be mounted to the top of the enclosure in such a manner as to 3 maintain NEMA 4X rating. The audible alarm shall be externally mounted on the 4 bottom of the enclosure, capable of 93 dB @ 2 feet. The audible alarm shall be capable 5 of being deactivated by depressing a push -type switch that is encapsulated in a 6 weatherproof silicone boot and mounted on the bottom of the enclosure (push-to- 7 silence button). 9 The entire alarm panel, as manufactured and including any of the following options 10 shall be listed by Underwriters Laboratories, Inc. 11 I. PUMP TEST: The manufacturer shall perform the following tests and inspections: 12 Each grinder pump shall be submerged and operated for 1.5 minutes (minimum). 13 Included in this procedure will be the testing of all ancillary components such as, the 14 anti -siphon valve, check valve, discharge assembly and each unit's dedicated level 15 controls and motor controls. All factory tests shall incorporate each of the above listed 16 items. Actual appurtenances and controls which will be installed in the field shall be 17 particular to the tested pump only. A common set of appurtenances and controls for all 18 pumps is not acceptable. Certified test results shall be available upon request showing 19 the operation of each grinder pump at two different points on its curve. Additional 20 validation tests include integral level control performance, continuity to ground and 21 acoustic tests of the rotating components. 22 J. START-UP: The MANUFACTURER shall provide the services of qualified factory 23 trained technician(s) who shall inspect the placement and wiring of each station, 24 perform field tests as specified herein, and instruct the OWNER'S personnel in the 25 operation and maintenance of the equipment before the stations are accepted by the 26 OWNER. 27 28 All equipment and materials necessary to perform testing shall be the responsibility of 29 the INSTALLING CONTRACTOR. This includes, as a minimum, a portable generator 30 and power cable (if temporary power is required), water in each basin (filled to a depth 31 sufficient to verify the high-level alarm is operating) and opening of all valves in the 32 system. These steps shall be completed prior to the qualified factory trained 33 technician(s) arrival on site. 34 35 The services of a trained factory -authorized technician shall be provided at a rate of 40 36 hours for every 100 grinder pump stations supplied. 37 Upon completion of the installation, the authorized factory technician(s) will perform 38 the following test on each station: 39 1. Make certain the discharge shut-off valve in the station is fully open. 40 2. Turn ON the alarm power circuit and verify the alarm is functioning properly. 41 3. Turn ON the pump power circuit. Initiate the pump operation to verify automatic 42 "on/off' controls are operative. The pump should immediately turn ON. 43 4. Consult the Manufacturer's Service Manual for detailed start-up procedures. 44 Upon completion of the start-up and testing, the MANUFACTURER shall submit to 45 the ENGINEER the start-up authorization form describing the results of the tests 46 performed for each grinder pump station. Final acceptance of the system will not occur 47 until authorization forms have been received for each pump station installed and any 48 installation deficiencies corrected. CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 ■ I I i 9999.01 - 17 SUBMERSIBLE GRINDER PUMP STATIONS Page 17 of 19 1 K. DOCUMENTATION: The manufacturer, if requested, will supply standard submittal 2 data; Standard submittal data consist of: 3 1. Pump catalog data 4 2. Pump performance curve 5 3. Break Away Fitting (BAF) data 6 4. Cover data 7 5. Typical installation drawing 8 6. Control panel data 9 7. Panel wiring schematic 10 8. Accessory data 11 9. Installation & Operation Manuals with Parts List 12 13 2.6 CHECK VALVE 14 A. Each pump station shall include an integral, factory installed, check valve serviceable 15 from topside without confined entry. 16 B. A redundant check valve shall be installed in the service lateral between the pump 17 station and main. The redundant check valve shall be placed in an acceptable valve box 18 at the location indicated on the plans. 19 2.7 ANTI -SIPHON VALVE 20 A. The pump shall be constructed with a positively primed flooded suction configuration. 21 As added assurance that the pump cannot lose prime even under negative pressure 22 conditions in the discharge piping system, the pump shall be equipped with an integral 23 anti -siphoning, air relief valve in the discharge piping just below the main check valve. 24 This valve will automatically close when the pump is running and open to atmosphere 25 when the pump is off. , 26 B. The pump discharge shall be equipped with a factory -installed, gravity -operated, 27 flapper -type integral anti -siphon valve built into the stainless steel discharge piping. 28 Moving parts will be made of 300 Series stainless steel and fabric -reinforced synthetic 29 elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A 30 nonmetallic hinge shall be an integral part of the flapper assembly, providing a 31 maximum degree of freedom to ensure proper operation even at a very low pressure. 32 The valve body shall be injection -molded from an engineered thermoplastic resin. 33 Holes or ports in the discharge piping are not acceptable anti -siphon devices due to 34 their tendency to clog from the solids in the slurry being pumped. The anti -siphon port 35 diameter shall be no less than 60% of the inside diameter of the pump discharge piping. 36 2.8 OSHA CONFINED SPACE 37 A. All maintenance tasks for the grinder pump station must be possible without entry into 38 the grinder pump station (as per OSHA 1910.146 Permit required confined spaces): 39 'Entry means the action by which a person passes through an opening into a permit- 40 required confined space. Entry includes ensuing work activities in that space and is 41 considered to have occurred as soon as any part of the entrant's body breaks the plane 42 of an opening into the space." CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 9999.01 - 18 SUBMERSIBLE GRINDER PUMP STATIONS Page 18 of 19 2.9 CORROSION PROTECTION 2 A. All materials exposed to wastewater shall have inherent corrosion protection: i.e., 3 epoxy powder coated cast iron, fiberglass, stainless steel, PVC, HDPE. 4 2.10 SAFETY 5 A. The Grinder Pump shall be free from electrical and fire hazards as required in a 6 residential environment. As evidence of compliance with this requirement, the 7 completely assembled and wired Grinder Pump Station in its tank shall be listed by 8 Underwriters Laboratories, Inc., to be safe and appropriate for the intended use or shall 9 at minimum meet NEC requirements for Class I, Division I, Group D, explosion proof 10 service. 11 B. The grinder pump shall meet accepted standards for plumbing equipment for use in or 12 near residences, shall be free from noise, odor, or health hazards, and shall have been 13 tested by an independent laboratory to certify its capability to perform as specified in 14 either individual or low-pressure sewer system applications. As evidence of compliance 15 with this requirement, the grinder pump shall bear the National Sanitation Foundation 16 seal. 17 PART 3 - EXECUTION 18 3.1 FACTORY TEST 19 A. Each grinder pump shall be submerged and operated for 5 minutes (minimum). 20 Included in this procedure will be the testing of all ancillary components such as, the 21 anti -siphon valve, check valve, discharge line, level sensors and each unit's dedicated 22 controls, respective alarm/disconnect or control panel, etc. All factory tests shall 23 incorporate each of the above listed items. Actual appurtenances and controls which 24 will be installed in the field, shall be particular to the tested pump only. A common set 25 of appurtenances and controls for all pumps will not be acceptable. Certified test Tesults 26 shall be available upon request showing the operation of each grinder pump at three (3) 27 different points on its curve, with the maximum pressure no less than 60 psi. The 28 Engineer reserves the right to inspect such testing procedures with representatives of 29 the City, at the grinder pump manufacturer's facility. 30 B. For pump stations that are factory assembled, all completed stations shall be factory 31 leak tested to assure the integrity of all joints, seams and penetrations. All necessary 32 penetrations such as inlets, discharge fittings and cable connectors shall be included in 33 this test along with their respective sealing means (grommets, gaskets etc.). 34 C. For pump stations that are field assembled, the Contractor shall follow the 35 manufacturer's instructions for field-testing the integrity of the completed pump 36 stations, including all items listed in 3.1.13 above, and Contractor shall provide a copy 37 of these instructions to the City. 1-1 CITY OF FORT WORTH Watercress Low Pressure Sewer CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101002 March 2019 0 9999.01 -19 SUBMERSIBLE GRINDER PUMP STATIONS Page 19 of 19 1 3.2 INSTALLATION, START-UP AND FIELD TESTING 2 A. The Contractor shall provide the services of qualified factory -trained technician(s) 3 certified by the manufacturer, who shall inspect the placement and wiring of each 4 station and perform field tests as specified herein before the stations are accepted by the 5 City. All equipment and materials necessary to perform testing shall be the 6 responsibility of the Contractor. This will include, as a minimum, a portable generator 7 (if temporary power is required), pressure gauges, and water in each basin. 8 B. Upon completion of the installation, the certified technicians will perform the following 9 tests on each station: 10 1. All items in 3.1.C. above, if applicable. 11 2. Make certain the discharge shut-off valve is fully open. This valve must not be 12 closed when the pump is operating. In some installations, there may be a valve(s) at 13 the street main that must also be open. 14 3. Turn ON the alarm power circuit. 15 4. Fill the wetwell with water to a depth sufficient to verify the high-level alarm is 16 operating. Shut off water. 17 5. Turn ON pump power circuit. Initiate pump operation to verify automatic on/off 18 controls are operative. Pump should immediately turn ON. Within one minute, 19 alarm light will turn OFF. Within 3 minutes, the pump will turn OFF. 20 C. Upon completion of the start-up and testing, the Contractor shall submit to the Engineer 21 the start-up authorization form describing the results of the tests performed for each 22 grinder pump station. Final acceptance of the system will not occur until authorization 23 forms have been received for each pump station installed. 24 25 END OF SECTION CITY OF FORT WORTIi CONSTRUCTION SPECIFICATION DOCUMENTS Watercress Low Pressure Sewer March 2019 Project No. 101002 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Water & Sewer - Manholes & Bases/Comnonents 33-39-10 (Rev 2/3/161 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 1/26/99 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HOPE Adjustment Ring 5/13/05 33 05 13 Manhole External Wrap Carusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3153 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Water &Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) * 33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NIT 1274 ASTM A48 & AASHTO M306 3305 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 33 05 13 Manhole Frames and Covers Neenah Casting 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/omus) RE32-R8FS 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 07/19/11 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO MI 05 & ASTM A536 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 CAP-ONE-30-FTW, Composite, w/ Luck .111111 11111 13 30" to. MH Ring and Cover Composite Access Products, L.P. w/o Lima 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Tieht & Pressure Tieht 33-05-13 Bev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamoight * 33 05 13 Manhole Frames and Covers Neenah Casting * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 03/08/00 3305 13 Manhole Frames and Covers Accreast RC-2100 ASTM A 48 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 Water & Sewer - Manholes & Bases/Precast Concrete ( Zev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item 449 ASTM C 478 * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 12/05/23 33 39 10 Manhole, Precast Concrete The Tumer Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 Updated: 9-3-24 l Size SS MH Traffic and Non -traffic area Non -traffic area Non -traffic area 24"x40" WD 24" Dia. 24" Dia. 24" Dia. 30" Dia. 24" this. 24" dia. 24" Dia, 30" Dia. 30" Dia. 30" Dia 30" Dia 30" Dia 30" Dia 30" Dia. 30" Dia. 30" Dia. 30" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 48" 48" 48" w/32" cone 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" Manhole,Opening and Flat top, 09/03/24 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. Transition Cones ASTM C 478 48" to 84" LD. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole, Precast Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pie and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 11127 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WACI Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Wastewater Access I Quickstream Solutions, Inc. Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. EI-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System 08/30/06 General Concrete Repair FlexKrete Technologies Type 8 Maintenace Shaft (Poopit) Reliner MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration ASTM D5813 Vinyl Polyester Repair Product For use when Sod. MH cannot be installed due to depth Misc. Use * From Original Standard Products List 1 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 EI-14 Manhole Rehab Systems Spravroe, Spray Wall Polyurethane Coating ASTM D639/13790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Arid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 OS 16,33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noil -Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Sou lovestem Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Somhwestem Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/97 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stamless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Nminessure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSSI2 I Per Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE) , _, 8" - 12" (Sewer Only) Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C 150, C151 08/24/18 33 11 10 Ductile Iron Pipe Ame rean Duchle Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, CI51 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coating �s/EDoxv 33-39-60 (01108/13). 02/25/02 Epoxy Lining System Sauereisea, Inc SewerGard 21ORS LA County#210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protedo 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, SI, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatings/Polvurethane 3" thru 24" 4" thin 30" 4" thru 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pioes/Concrete * EI-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E I.04 ConePi . pe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E 1-04 Conc. Pipe, Reinforced Hanson Concrete Products - - ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pine Enlamment Svstem (Method)33-31-23 (01/18/13) SystemPIM Corporation Polyethylene Prm Corp., Piscam Way, N.J. Approved Previously FIRMS cConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously Systems Trenchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously Sewer - PiDe/Fiberelass Reinforced/ 33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bonch trand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polvmer Pipe (FREI Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FEE ASTM D4161, AW WA M45 ASTM D3262, ASTM D35I7, 09/03/24 3331 13 Fiberglass Pipe (FRP) Superlit Bom Sanayi A.S. Superlu I. ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH FORTWORTH ; WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modified Concrete Aoe —if- USA Meyer Polycrete Proe AS— -1. -1(1, F477 8" to 102", Class V 06/09/10 E 1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Roe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/13), * High -density polyethylene pipe Phillips Dnscooipe, Inc. Ooficore Ductile Polyethylene Pipe ASTM D 1248 8" * agh-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density polyethylene pipe CSR Hydro CondinNPioeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Piues/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-d DR -Id PVC Pressure Pipe P,pelife Jetstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Ape 1-M Manufacturing Co„ Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thou 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115) ASTM D 3034 4" thou 15" 12/05/23 33-31-20 PVC Sewer Pioe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thou 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Grawty Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer AJje J-M Manufacturiryv Co, Ina (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Cooporatio° PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 15" 33-31-20 PVC Sewer Finings Plastic Trends, Inc.(Wesdake) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pioelife Jet Stream SDR 26 ITS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Pioelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Aoe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Coro. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 1 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 t "-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1 "-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stays -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6I00TM and 6101M 1 %" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/201. 334240 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1 /2" FB600-4-NL, FB1600-4-NL, Bl 1-444-WR- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 " B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 334240 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1 "-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powaseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Rom is SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powaseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-lEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-1365 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/131 None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E I-11 Combination Air Release Valve Multiplex Manufacnuing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/97 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 (19/24187 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-142 DryBarrel Fire Hydrant Mueller Company A-423 Centurion AWWA WA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/97 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Water- Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORTWORTH ; WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 12 1-1 33-I1-12 PVC Pressure Pipe Vinylo ch PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 12/05/23 33-11-12 PVC Pressure Pie Vin (tech PVC Pie DR18 ASTM DI784 16"-18" AW WA C9 AW WA C605, 09/03/24 33-11-12 PVC Pressure Pie Northern Pie Products DR14 ASTI DI784 4"-16" AW WA C900, AW WA C605, 09/03/24 33-1142 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 1 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AW WA C900-I6 UL 1285 12/6/2019 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc dN/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Weatlake) DRI8 AW WA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"-12" Water - PiuesNalves & Fittinas/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Produces, Inc. Mechanical Joint Fittings AW WA C153 & Cl 1p * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E I-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AW WA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 V-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box CoXiii-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 EI-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA Cl1 t/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C1 11/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/C116/C153 4" to 42" 02/29/12 33-I1-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI l l/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIo AW WA C111/C153 4" to 10" 03/06/19 33-I1-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA Cl l l/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SUCH AW WA C111/C153 12" to 24" 08/10/98 E I-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SIDE AW WA C153 4" - 24" 10/12/10 EI-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E I-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C 153 4" to 24" 11/07/16 33-I1-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA Cl l l 11/07/16 33-I1-11 Mechanical Joint Retainer Glands Stu Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA C111 EZ Grip Joint Restraint (EZD) Black For DIP .3119118 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 334141 Mechanical Joint -at.- Glanda SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA C1 11 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 334141 Mechanical Joint Retamer Glands SIP Industnes(Scrampore) DRI8 PVC Pipe ASTM A536 AW WA Cl I1 16"-24" * From Original Standard Products List 5 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Approval Spec No. [Classsification Manufacturer Water PiDes & Fittings/Resilient Seated Gate 33-12-20 (05/13115) Model No. National Spec Size - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SO 94-20255) AW WA C515 20" and 24" I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AW WA C509 4" to 12" I 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I * EI-26 Resilient Seated Gate Valve Kennedy 4" - 12" I EI-26 Resilient Seated Gate Valve M&H 4" - 12" I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SO 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 EI-26 Resilient Seat Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroscal 250, req.—cros SPL #74 3" 116" 10/16/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FlowMaster Gat. Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 I.. I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I06/12/03 EI-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04106/07 E I-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 I2 21 Rubber Seated ButterflyValve G. A. Industries Golden Anderson AW WA C504 ButterflyValve AW WA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated ButterFl Valve American AVK Com an AW WA C504 Butterfl Valve Class 250B AW WA C-504 24" - 48" Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 mil LLD I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I 05/12/05 EI-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamDling Station I 09/02/24 1 33 12 50 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze Proof. Hasp for Lockine Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Ponable) 10/21/20 Automated Flushing System uarer Mueller Hydrogd HG2-A-IN--2-PVC-018-LPLG(Pmancm) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as pan of the Construction Contract Documents, the requirements ofthe Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Gonerete I Class A (Sidewalk ADA Ramps, Driveways, Curb/Guner, Median Paveme.D 19/9/2022 03 30 00 Mix Design Aaa-e.a Couerete Company 30CAF029 19/9/2022 03 30 00 Ma Design Argos D1000001043S 19/9/2022 03 3000 M. Deaigu Argos D10000001055 16/24/2024 03 30 00 M. DeAso Big Tow. Concrete 302050-1 19/92022 033000 Min Desigo Bumco Texas 30U101AG 14/12024 03 30 00 M. Desigp Bumco Texas 30U500BG 19/9YL022 033000 M. Design Carder Concrete FWCC502001 19/92022 033000 M. Design Carder Coaewae FWCC502021 19/9/2022 03 30 00 M. Desiga Charley's Cmcrete 3759 19/9/2022 03 30 00 M. Design Chad y's Concrete 4502 19/9/2022 03 30 00 M. Design Chisholm Trail Redi M. C13020AE 19/92022 033000 M. Desiga City Concrete Company 30HA20B 19/9/2022 033000 M. Desiga Cow Towi Redi M. 253-W 19/9/2022 033000 M. Design Cow T.—Redi M. 250 19/9/2022 033000 Mix Des,ga Cow Towi Red,M. 350 11/29/2024 033000 Mix Design Eshada Ready Min R3050AEWR 19/92022 03 33000 M. Design GCH Concrete Se —.a GCH4000 19/9/2 2 �033000 Mix Design Holcm-SOR, Inc. 1261 19/92022 �03 30 00 M. Design Holcm - SOR, Inc. 5177 19/9/2 2 03 30 00 Mu Design Holcim - SOR, Ito 1409 19/92022 1033000 M. Design mgmm Concrete&Aggregates 2MWR-141QW5D5 19/92022 103 30 00 Mu Design mm gmConcrete & Aggregates 2MWR-7oJ23504 14/72023 103 30 00 M. DZ.Liquid Stone C301D 19/92022 103 30 00 M. Desiga Mart. Marietta R2136214 033000 19/92022 1033000 Mu Design Mart. Marietta R2136014 14/12023 1033000 Mu Desigv Mart. M—R2136N14 16/12023 1033000 033000 Ma Design Mazt. Marietta R2136R20 16/M023 103 30 00 M. Des,ga Mazt. Marietta R2136N20 111/2/2022 1033000 Ma Design Mazt. Marietta R2141K24 18/42023 1033000 Mu Design Mazt. Marietta R2136R14 033000 14/7/2023 1033000 Mu Desiga Mazt. Marietta R2136KI4 19/92022 1033000 Ms Design Mart. Marietta R2131314 19/92022 1033000 Ma Design Mazt. Marietta R2132214 19/92022 1033000 Ma Design M.. Marietta D9490SC Mix Design NBR Ready Mue CLS A-YY 110/42023 1033000 0/4/2023 033000 Mix Design NBRReadyM. CLSA-NY 17/10/2023 Mix Des.g Osbum 30A50MR 1033000 1l/182023 �033000 Mix Design Rapid Red, Mix RRM5020A 11/24/2023 1033000 M. Design Rapid Red, Mu, RRM5525A 19/92022 03 30 00 Mu Design Red, -Mix I OL11504 19/92022 033000 Mu Design Red, -Mix 10JI1524 19/92022 �033000 Mu Design Red, - Mix V0111524 19/92022 03 30 00 Mu Des, ;a SRM Concrete 30050 '9/9'1122 �033000 Mu Design Teaent Concrete FW5025A 19/9/2022 �033000 Ma Des,ga Tarmvt Concrete CP5020A 110/10/2022 �033000 Mri Des,go Taunt Cou—te TCFW5020A 19/9/2022 �033000 Ma Des,ga Taunt Concrete FW5525A2 19/9/2022 �033000 Ma Design T—Ready M. 3020AE 19/9/2022 �033000 Ma Design Tme Grit Red, M. 0250230 19/9/2022 1033000 M. De­Tme Gnt Red, M. 02502301 1 Class CIP (In Is, Manholes, Jmenon Boxes, �ncasemmt, Mudd— Collars, Liehtus le Foundations) 19/9/2022 03 3000 M. Deaign American Cote.. Company 40CNF065 19/9/2022 03 3110 Ma D-iga Argos DI0000001061 19/9/2022 03 3000 M. Design Argos D10000001055 19/92022 033000 M. Design Argos D1000001615 19/92022 03 30 00 M. Desiga Charley's Concrete 4502 19/92022 033000 M. Design mxas Buco Te 40U500BG 19/92022 03 30 00 M. D.iga Cow Town Redi Mu 255-2 19/92022 033000 M. Des,ga Cow Town Redi M. 355 I9/92022 033000 M. Design Cow Town Re&Mu 255 19/92022 033000 M. Design Cow Tow. Redi M. 270 19/9/2022 033000 M. Design Cow Tow. Red, Mu 370 19/9/2022 03 30 00 Mix Dm a Cow Towv Red, M. 353 19/9/2022 033000 M. Design Cow Town Redi Mu 257 19/9/2022 033000 M. Dmga Cow Town Redi M. 357 19/92022 03 30 00 M. De.,ga Hoe— SOR, Inc 1701 19/92022 033000 Mix Des,ga R.I.--SOR, Inc. 1551 19/92022 033000 Mix Des,ga R.I.--SOR, Ine. 5409 14/27/2023 033000 Mix Design Lgmd Stone C361DNFA 19/92022 03 3000 Mix Design Mart. Marietta R2141230 18/42023 03 3000 M. Design Moen Marietta R2141R24 111202023 03 30 00 Ma Design Mart. Marietta R2146R33 111202023 03 30 00 M. Design Mart. Marietta R2146K33 19/92022 03 30 00 Mu Design Margin Marietta R2142233 19/92022 03 30 00 M. Design Mart. Marietta R2136224 19/92022 03 30 00 Mu Design Mart. Marietta R2141233 19/92022 03 30 00 Mu Design Mart. Marietta R2146038 18/42023 03 30 00 M. Design M. Marietta R2146R35 19/12/2023 03 30 00 Mu Design NBR Ready Mix CLS PI-YY 19/92022 033000 Ma Design NBR Ready Mix TXC-YY 1911 122 133000 Ma Design NBR Ready Mix TXC-NY 11/I8/2023 133000 Mix Design Rapid Red, Ma RRM5320A 11/18/2023 033000 M.Des,ga Rapid Redi M. RRM6020ASS 19/92022 133000 Ma Des,- Red, -Magi 1RJ11524 19/92022 03 30 00 Ma Des,go Red, -Ma 15fi11524 112/52022 03 30 00 M. Design Red, -Mix 10K115C4 3000 pi Cmerete Cor Sidewalks & ADA Ramp, 3000 psi Cou... for Sidewalks, Cmba 3000 psi Concrete to, inlets, Junctmv Boxes, Mm,hole,, Channel Liners, Sidewalks, Driveways, Coal, & Gutter 3000 psi Concrete for Curbs and Sidewalks 3000 psi Cm,,te Mu, for Fla ,fl, 3000p,i Co.ttete M. for Sidewalk 3000 psi for Sidewalks, Driveways, Ramps, Cud, & Gutter, Flatwork 3500 psi cmcrete for Sidewalks, Driveways, Ramps, Curb & Gutter 3000 psi Concrete M. Cor Sidewalks 3000 psi Co.—. M. Cor Sidewalks 3000 psi Cui a to, Driveways, Curb & Gutter 3000 psi Concrete Ma for Blocking Sidewalks, Flatwork, Pads 3000 psi Covc,ete Ma Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-T.DOT Retau mg Walls 3000 par Covcrete M. for Sidewalks, Driveways, ADA Ramps 3000 psi C—. M. for Sidewalks, Driveways, ADA Ramps 5.00 Sacks / 3,000 pa, Covcrete f, Sidewalks, Ramps, mints, and MaMolea 4000 ps, Covcrete f, for Sidewalks, Ramps, Headwalls, mle6, and Storm Dmm Seucm,es 3000 psi Co.—te M. for Sidewalks 3000 psi Cu­ M. for Sidewalks 4000 psi Coicrete M. Cor Sidewalks, Inlets 3000 psi Concrete M. for Sidewalks, ADA Ramps 3000 psi Conmele for Sidewalks, ADA Ramps 3,000 psi Concrete for SidewaRcs, Approaches, suit Driveways. 3,000 psi Concrete f Sidewalks & Ramps 3,000 psi Concrete f Sidewalks & Ramps 5 00 sacks / 3,000 psi concrete for Sidewalks 3,000 psi Concrete f Sidewalks and Ramps 3,000 Ni Concrete for Sidewalks and Ramps 4,000 psi Concrete for Ju.ctmn Boxes, Sidewalks aid Ramps 5.00 sacks / 3,500 psi Concrete for Sidewalks said Ramps 3,000 psi cu.­ for sidewalks and ramps 3,000 psi Coicrete for Sidewalks & Ramps 3,000 psi Coicrete for Sidewalks & Ramps 3,000 psi C-effete for Sidewalks & Ramps 5.00 Sacks / 3,000 psi Covcrete for Sidewalks & Ramps, and Curb & Gutter 5.00 Sacks / 3,000 psi Covcrete for Sidewalks & Ramps, and Curb & Glitter 5 SK / 3,000 psi C-..w for Sidewalks 3000 psi Can— for Club, Guner, Driveways, Sidewalk, Ramps 3600 psi Coicrele fo, Valley Gunem, Sidewalks, Approaches, ADA Ramps 6.00 Sacks / 4,000 psi Concrete Mu, f Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Junction Boxes 3000 psi Covcrete M. fro Driveways, Sidewa0s, ADA Ramps 3000 psi Concrete M. fro Corb & Go­ 3,000 psi Concrete for Sidewalks, Ramps, Inlet, luvetmv Boxes, Thmst Blocks, Cwb and Gulley, Driveways, Bau is Ramp 3000 psi Coteece, Ma for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3000 psi Concrete M. fro Curb and Gutter 3000 psi Concrete for Sidewalks 3600 psi Covcrete M. for Sidewalks, Drive Approaches, ADA Ramp, Cu,b and Gutter 3000 psi Co.=. to, Sidewalk. 3000 psi Covaete Ma for Fl owesk, Cmb & Gutw,, Driveways, Sidewalks, ADA Ramps 3000 Psi Coutute Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramos 4000 psi Concrete for Manholes & Utility Structures 3600 pa, Concrete for Inlets, Boxes, Encasement, Blocking 3000 pa, Concrete to, Inlet., Jun Won Boxes, M.,holes, Channel L.em, Sidewalks, Drivewaya, Curb & Gutte, 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 3000 psi Concrete M. for Sidewalks, Block.g 4000 psi Concrete M. Cor Stom Dm. SWclures, Driveways, Screen Walls, Calls 3000 psi Concrete M. Cor lali N, Thmst Bbeking, Co.— Encasement 3000 psi Co 1, Ma for lalets, Thmst Blocking Cut— Encasement 3500 psi Concrete Ma for Flatwod5 Inlets, Thma1 Bkwki g C.v . E.caseme d 5000 psi Co.aete Mu for Cast-m-Place Box Culvcls 5000 psi Concrete M. for Cast-lu-Place Box C.Iveits 3000 psi Ca. —Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Twoue,ana, Nm-TnDOT Retaining Walls 3600 psi Concrete me, f Valley Gutters, Lightpole Fmmn odals 3600 psi Concrete M. f Valley Gutters, Lightpole Foundat.ns 4000 psi Concrete M. f Smm D.. Swcmrea, Sanitary Sewer Manholes, 1...— Box 3000 psi Concrete Mix for Blocking 4000 psi Concrete M. for Sidewalks, I.le. 3,600 psi Concrete for Retaining wall, driveway, lunetmn box aproi, approach 4,000 ps, Concrete for Manholes, Inlets & Headwalls, Valve Pads 5.53 Sacks / 4,000 psi Concrete for Jmctien Box, Be. Culvert, Sidewalks and Ramps. 6.01 Sacks / 4,000 pa, Concrete Mu, for CIPSewer Manholes 6.01 Sacks / 4,000 psi Concrete M. fit CIP Sewe, Manholes. 3,600 psi Cooewo, fo, Manholes, Inlets & Headwalls 3,600 psi Concrete for C.b Inlets 3,600 psi Ci acrete for Stom Structures, Inlets, Blocking & Eicasemeit 4,500 psi Cmcrete fro Inlets, Simm Dram Stmetures 61 t Sacks / 4,500 psi Concrete for Inlets, Manholes, and Headwall. 6.00 Sacks / 4,000 psi Co.— to, Collar., Manholes, Box Culvcts 3000 psi Cp 1, Mu f Curb Inlet. 3000 psi Concrete M. f Corb Inlets 3000 psi Concrete for Bloclung 4000 psi Concrete for Strom Dram Sone—a 3500 psi Concrete M. for Th.. Blocks, Valve Pads 4000 psi Concrete M. for Cast-m-Place Smm Dm. Stme.- 3500 psi Concrete to, Thtust Blocks, Valve Pads 3-5" Slump; 3-6%Aa 3-5" Slump; 3-6%AQ 3-5" Shmp; 3-6%AQ 3-5" Slump; 3-6%AQ 3-5" Slump; 3-6%AQ 3-5" Slump; 3-6%Air 3-5" Slump; 3-6%Au 3-5" Sloop; 3-6%Av 3-5" Slump; 3-6%Av 3-5" Slump; 3-6%Av 3-5" Shoup, 4.5-7.5%Air 3-5" Shop; 3-6%Air 3-5" Slump; 3-6%Ah 3-5" Slump; 36%Au 3-5" SIumP; 36%An 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 3-6 Av 3-5" Shoup; 36%Av 3-5" Shmp; 36%Av 3-5" Shmp; 36%Av 3-5" Shmp; 36%Av 3-5" Slump; 36%Av 3-5" Slump; 36%Air 3-5" Shoup, 36%Air 3-5" SI—p, 36%Air 3-5" SIumP; 36%Air 3-5" SIumP; 36%At, 3-5" Slump; 36%At, 3-5" Shnvp; 36%At, 3-5" Slump; 36%At, 3-5" Shoup; 4.5-7.5%At, 3-5" Shoup; 36%At, 3-5" Shoup; 36%At, 3-5" Slump; 36% An 3-5" Slump; 36%As, 3-5" Shoup, 36%Ah 3-5" Shoup, 36%Air 3-5" Shoup, 36%Air 3-5" Shoup, 36%Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 36%At, 3-5" Slump; 36%At, 3-5" Shuup; 36%At, 3-5" Slump; 36%An 3-5" Slump; 36%n A 3-5" Slump; 36%An 3-5" Shoup; 0-3%Av 3-5" Shiap; 3-6 Ai, 3-5" Shmp; 36 % Au 3-5" Sl—p; 3-6 Av 3-5" Shoup; 3-6 Av 3-5" Shoup; 3-6 Av 3-5" Slump; 3-6 Am 3-5" SkmP; 3-6 Air 31. Slump' 3-6 Air 3-5" SI—P; 3-6 Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 36%An 3-5" Slump; 36%At, 3-5" Slump; 36%Air 3-5" Slump; 36%An 3-5" Shoup; 36%At, 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Shvtp; 36%Au 3-5" Slump; 36%Av 3-5" Shoup; 36%Au 3-5" Shoup; 4.5-7.5%Av 3-5" Slump; 36%Av 3-5" Shoup; 36%Air 3-5" Slump, 36%Air 3-5" Shoup; 36%Air 3-5" Slump, 36%Air 3-5" Slump; 36%Air 3-5" Shvtp; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 3-6%" CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Concrete (Cmtmaem I12/512022 03 30 00 Mu Des�,f Redi-Mix 19/29/2022 03 30 00 Mu Deslm Redi-Mix 111/2/2022 Mu Des,p Redi-Mix19/16/2024 300MuDeslmSRM Concrete 9/9/2022 �113000 3000MuDesignTarrant Concrele 10/10/2022 30 00 Mu Des�p Tarrant Concrele I ass C (jte r.W.11 , Ni —11 , Culverts, Dr �Oed Shafts) I DNlea s'F fta 19/92022 03 3000 Mu Design Bamco Texas 11212023 131000 Mu Design Cow Towv Red, Mrs 112/52022 03 3000 Ma Design Holcun - SOR, Inc. 19/92022 03 3000 Mrs Desrm Holcun - SOR, Inc . 14023 03 30 00 /72 Ma Desrm ]ngm n Concrete & Aggregates 14/72023 03 3000 Ma Drmgn Lrgmd Stove 16272023 03 3000 Mu Design Martm Mart[. 16272023 03 3000 Mu Desrm Man. Marne 18/42023 03 30 00 Ma Desu n Martin Maeelle 18222024 03 30 00 Mu Design NBR Ready Ma 18/2 024 03 3000 Mu Design NBA Ready Ma I5/152023 0``3 3000 Mrs D. an Rerh-Mu tit I her Applications 19/9/2022 03 3000 Mu Denim Argos 19/9/2022 03 3000 Mu Design Argos 19/9/2022 03 30 00 Mu Design Argos 19/92022 03 30 00 Mu Design Carder Cm:rete 19/92022 03 30 00 Mix Design Chmley'a Concrete 19/92022 03 30 00 Mix Design Chmleyls Concrete 19/92022 033000 Mix DIWI City Concrele CoryEgmy 19/92022 033000 M&DesV Cow Town Redi kite 19/92022 033000 Mu Des Cow Town Redi Mn 19/9/2022 033000 Mu Des Cow Town Redi Mu 11292024 033000 Mu Des Estrada Rea _Mu' 19/92022 033000 Mu Des GCH Concrete Services 19/92022 033000 Mu Des Hakim -SOR, In I4/12023 033000 Mu Desrp Marlin Marietta 18/302023 033000 Mu Des Martin Marietta 1.2022 033000 Mu Desrr Martin Marietta 1 l2/52022 03 30 00 Mu Deng Redi-Min 19/92022 033000 Mu De SRM SRM Concrete 19/92022 033111 00 Mu Des�r SRM Concrete I4/12024 03 30 00 Mu Design SRM Car- 19/9/2022 03 3000 Mu Dea y Taman[ Concrete 1 Mass P Oluehi ,Pfced Pant.) 19/9/2022 32 1313 Mu Design Argos 16242024 32 13 13 Ma Design Brg Towv Concrete 16242024 32 13 13 Mu Design Brg Town Concrete 19/9/2022 321313 MU Design Cmda Concrete 19/9/2022 321313 M. Design Carder Concrete 19/9/2022 32 13 13 Mu Design Charley's Concrete 19/92022 32 13 13 Ma Desiga Crry C— Company 19/92022 331313 Ma Desrm Cow Town Red, Mu 111/141022 321313 Ma Desrm Cow T—Red, Mu 19/9/2022 32 13 13 Ma Desrm Cow Toxin Red, Mu 19/9/2022 32 13 13 Ma Design Cow Toxin Red, Mu 12/6/2024 32 13 13 Ma Design Eamada Ready Mix 19/92022 32 13 13 Ma Design £gram Cmcrete & Aggregates 18/42023 32 13 13 Ma Desrm MarlinM- 1112/2022 321313 Ma Desrm Marl. Maaetra 110/4 .3 32313 Mu Desrm NBR Ready Mix 110/4/2023 32 l3 13 Mu Desrm NBR Ready Mix 19/16/2024 321313 Mu Desrm SRM Concrete 19/9/2022 32 13 13 Mu Desrm Tarant Concrete 19/9/2022 32 13 13 Mu Dea,m Tme Gnt Redr Mu I9/9/2022 32 13 13 Mu Deaff^^ True Oat Redr Mu as I s H (Ham Placed serf¢) 19/9/2022 32 13 13 Mu Design Amencen Concrete Company 19/9/2022 32 13 13 Mu Desrm Arms 19/9/2022 32 13 13 Mu Design Argos 19/9/2022 3213 13 Ma Design Arms 19/9/2022 3213 13 Mu Design Arms 19/9/2022 3213 13 Mu Design Arms 15/2 023 32 13 13 Mu Design Brg D Concrete 19/92022 32 13 13 Mu Design Brg Towv Concrete 19/92022 32 13 13 Ma Design Brg Towv. Concrete 19/92022 32 13 13 Ma Design Bumco Texas 19/9/2022 32 13 13 Mu Desrm Carla Cmcrete I9/92022 32 13 13 Mu Desrm Charmy'a Cmcrete I9/92022 32 13 13 Mu Desrm Charmy'a Cmcrete 19/92022 32 13 13 Mu Desrm CrryCmcrete Company 19/92022 32 13 13 Mu Desrm Cow Town Redi Mu 19/9/2022 32 13 13 Mu Desrm Cow Town Re&Ma 11/29/2024 32 13 13 Mu Desrm Estrada Ready Ma 19/92022 32 13 13 Mu Desrm GCH Concrete Services 19/92022 32 13 13 M. Desrm Hal— -SOR, fc. 19/92022 3213 13 Mu Deargn Ingram C.—ea, & Agmemtes 19/9/2022 3213 13 Mu Design £gram C.—. & Aggremtes 19/9/2022 3213 13 Mu Design £gram C—& Aggregates 111/22022 3213 L3 Mu Design Mart. Maeetln 18/4/2023 32 13 13 Mu Design Marm Maeetla 156115C4 4000 psi Concrete fin CIP Smm Drain Structures ir1OL21524 36% AAir 3-5" SSlum'; 4000 psi Concrete Mi for Manholes 3-5" Slump; 3fi% 145P25P4 St—Dram 3-6lump; 3500 psi— for Thmst Blocks and Collars 3-5" Slump: 3-6% AirFW5320A 3000 psi Concrete Mu for Blocking 3-5" Slump: 3-6% Av TCFW6025A2 4000psi Concrete£ Manholes 3-5"Slump; 3fi%Air 36U500BG 3600 psi Concrete Mix for Lighting and Tmffic Signal Foundations (Drilled Shafts) 5.5-7.5" Slump; 36%Av 360-DS 3600 psi Concrete for Drilled Shaft'Ligblfg and Traffic Signal Foundation (Drilled Shafts) 5.5-7.5" Sharp; 3-6 Av 1822 3600 psi Concrete for (Drilled Shafts)/Liehtine and Tmffrc Si¢al Foundations 5.5-7.5" Sharp; 0-3 % An 1859 4000 psi Concrete for (Drilled Shafts)/Liehtine and Traffic Signal Foundations 5.5-7.5" Sharp; 3-6% Av ]OLQS50N 3,600 psi Concrero for (Drilled Shafts)/Lightm. and Traffic Signal Foundations 5.5-7.5" Sharp; 3-6 An C36lDHR 3,600 psiConcrerofor(Drilled Shaftnightrng and Tmffir Signal Foundations 5.5-7.5"Slump; 3-6%An U2146N41 6 44aacke / 3,600 psi Covorae far (Drilled Shafh) / Llghtrng and Traffic Signal Foundations 5-7" Sharp; 3-6%An U2146K45 6 65 sacks / 3.600 psi Concrete for (Drilled Shafts) / Lighting and Trefic Signal Fomdations 5-7" Slump; 3-6°o Av U2146R41 6 44 sacks / 4.500 psi Concrete for (Drilled Piers)/Light Pole bases 5-7" Shnnp; 3-6%Au 135K2524 3500 psi Concrete for (Drilled 8heft) Liehtpole Pouvdatiova 5.5" Sh®p; 3fi°o An 135K0524 3500 psi Concrete for (Drilled Shaft) Liehtpole Foundations 5.5" Sharp; 3fi % Av SOL115D5 3600 psi Concrete for (Drilled Shafts) /Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Av D10000001083S 4000 per Concrele for Valve Pads, Imes, StmUmes, Headwalls, Tlmst Block.g 3-5" Sh®p; 3-6 % An D 10000001083 4000 psr Can le for Valve Pads, Inlets, SZmaas, Headwalls, Una: Blarl ng 3-5" Slump; 3-6 % An D 10000001681 4000 psr Concrele for Headwalls, Ret firmg Walls, Box Culverts, Valley Gu0m 3-5" slump;3-6% Av FWCC602001 4000 pa r Concrete for Stem Dram Stuctures, Manholes, Headwalls, Rearming Walls, Valley Gutters, Drive Approaches 3-5" Slump; 3-6% AQ 4518 4000 psi Cmcre. fin Headwalls, Wftr—lls 3-5" Sharp; 3fi% Air 5642 4000 psi Cmcre. far Sam Drain StracNres 3-5" Sharp; 3fi% Air 40LA2011 4000 psi Cmcrete Mu for Strom Drain Stmc— 3-5" Sharp; 3fi% Air 260-2 3600 pai Concrete Mi for Box Culverts, Headwalls 3-5" Slump; 3fi% Air 360-1 3600 psi Concrete Mu for Box Culverts, Headwalls, Wfg ,& 3-5" Slump; 3fi% Air rarete 0 P ice% R3655AEWR R365 5.5 3, OO fi Concrele fo Headw,lt,, Win ails, and Culverts 5.50 9 yy ' g�( 3-5" Slump; 3fi ' Air GCH4000 4000 psi Concrete f'm for Sid—.& , Ramps, Headwalls, inlets, and Smar Drain Star-- 3-5" Sharp; 3fi%Air 1851 4500 psi Concrete for Storm Drain Smavame , Hand Placed Paving 3-5" Sharp; 3fi%Air 310LBP 3,600 i Conrete for Retain Walls 3-5 "Sharp; 4-7%Air R2141R30 5.85 SIK / 4,000 psi Concrete for Box Culverts & Headab 31" Slump; 3fi%Air R2146035 4,000 p Concrete for Manholes, lulels & Headwalls, Valve Pads 3-5" Sharp; 3fi - 10L115C4 3600 psi Concrete for Manhole, fie[, Junction Box, Headwall 3-5" Shunp; 3fi%Air 40050 4,000 psi Concrete for Headalls, Retafir�vl Wall, Collars 3-5" Shunp; 3fi%Ak 35022 3,600 qi Concrete for Junction Box, Retafmg Walls 3-5" Shunp, 36%Ak 45050 4500 psr Concrete ��( S�Q S 3-5" Slump: 36% Air FW6020A2 4000 psi Concrete Mu folt '-auras 3-5" Sfmp: 36% Av D10000001617 3600 psr Concrete for Machine Placed Paving 1-3" Sharp; 3-6°o An 360060-1 3600 psr Concrete for Machine Paced Paving 1-3" Sharp; 3fi°o An 362060-1 3600 psr Concrete for Mach.ce Placed Paving 1-3" Sharp; 3fi°o Act FWCC552091 3600 psr for Machine Placed Paving 1-3" Sharp; 3-6°o An FWCC602091 4000 psr for Machine Placed Paving 1-3" Slump;3-6% Av 5167 3600 psr Concrete Mu for Machine Placed Paving 1-3" slump; 3-6% An 36LA2011 3600 psr Covaele Mu for Machme Placed Paving 1-3" Slump; 3-6% AQ 257-M 3600 per Covaele Mu far Machme Placed Paving 1-3" slump; 3-6% AQ 357-M 3600 per Concrele Mu for Machine Placed Paving 1-3" Sharp; 3-6% AQ 260-M 4000 per Cpvaele Ma for Machine Placed Paving 1-3" Sharp; 3-6% An 360-M 4000 par Cpvaele Ma for Machine Placed Paving 1-3- Shy; 3-6% Av TD3655AEWR 5 50 Sacks / 3,600 par Concrele for Machine Placed Paving 1-3" Sharp; 3-6% An 2MWRC56PS5D5 4000 par Concrele Machme Placed Paving 1-3- Sharp;3-6 n %A Q2141R27 5.69 sacks / 4,000 par Covaele for Machine Placed Paving l-3" Sharp; 3-6% Air Q2141K30 4,000 psiCmcretefm Machine Placed Paving l-3"Sharp; 3-6%An TX C SF-YY 5.50 Sacks / 3,600 per Connate for Machine Placed Paving 1-3" Sharp; 36% Air TX C SF -NY 5.50 Sacks / 3,600 per Camfar Machine Placed Paving l-3" Sharp; 3-6% Air 40025 4000 psr Can crete for Mach.: Placed Paving 11.1 Sharp; 36% Air FW5520AMP 3600per Concrete for Mach.e Placed Paving 1-3"Sharp; 36%Air 02552301 3600 psr Concrete Mu for Machine Placed Paving 1-3" Sharp; 3.56.5 % , 0260.2302 4000 psr Concrete Mu for Machine Placed Paving 1-3" Sharp; 3.56.5%Av 45CAF076 4500 psr Concrete for Hand Placed Paving 3-5" Sharp; 3-6% Aa D10000001273 4500 psr Concrete for Hand Placed Pay.g 3-5" Sharp; 3fi % AQ D10000001737 4500 psr Covcretc for Hand Placed Paving 3-5- slump; 3-6% Av D 10000002107 4500 pa r Concrete for Hand Placed Paving 3-5" Slump; 3-6% Av D 10000001791 4500 per Concrete far Hand Placed Paving 3-5" Slump; 3-6% Av D 10000001103 4500 per Concrete far Hand Placed Pavng 3-5" slump; 3-6% AQ CMI4520AE 4500 psr Concrele for Hand Placed Paving 3-5" Sharp; 3-6°o t 452065-1 4500 psr hand placed paving 3-5" Sharp; 3-6% An 450065-1 4500 psr hand placed paving 3-5- Sharp; 36% Air 45U500BG 4500 psr Concrete Mu for Hand Placed Paving, S.— Structures 3-5" Sharp; 3-6% An FWCC602021 4500 psr concrete for Hand Placed Pay.g 3-5- Sharp; 3-6% An 4609 4500 psr Concrele Mu f Hand Placed Paving M,&,I,, 3-5" Slump; 3fi% An 6103 4500 par Concrele Mu fro Hand Placed Paving Manholes 3-5" Slump' 3-6% An 45NA20II 4500 par Concrele Mu fro Hand Placed Paving 311, Sharp; 3-6% An 265 4500 per Concrele Mu fro Hand Placed Paving 311, Sharp; 3-6% An 365 4500 par Concrele Mu for Hand Placed Paving 3", Sharp; 3-6 An R4560AEWR/ 6.00 Sacks / 4,500 par Concrele for Hand Placed Paving 3-5" Sharp; 4-6 An GCH4500 4500 psr Concrete Hand Placed Paving 3-5., Slump; 36% Air I851 4500 psr Concrete for Strom Drain Stmcmres, Hand Placed Paving 3-5" Smmp; 36%An 2MWR-161PS5EM 4500 psr Concrete Mu for Hand Placed Paving 3-5" Slump; 3.5-6.5%An 2MWR-161UV5DM 4500 psr Concrete for Hand Placed Paving 3-5" Sharp; 3-6°o An 2MWR-IOMQS50N 4500 par Concrete for Hand Placed Paving 3-5- Slump; 3-6°o An R2146N35 611 sacks / 4,500 par concrete for Hand Place Paving £lets, Manholes, Headwalls 3-5" slump; 3fi % An R2146R36 617 / 4,500 par Concrete for Hand Placed Paving 3-5" Sharp; 3fi%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Concrete(Corq-1 I11/2/2022 112 13 13 Mis d son Martin Marlette IR2146N36 14,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6%Ate I l l/2/2022 132 13 13 Mu Des , Martin Marietta R2146K36 4,500 Concrete for Hand Placed Paving 3-5" Slump; 36%Air I5/22/2023 32 13 13 112/22/2023 32 13 13 Mu Des�p Mu Destpp Martin Marietta Martin Marietta R2146K37 R2146R44 6.22 sack / 4,500 Rsi Concrete for Hand Placed Pav' 6 60 Sacks / 4,500 psi Concrete Mu for Hand PlacePaving 3-5" Slump: 3-6% Ah 3-5" Slump: 3-6% Av 112/22/2023 132 13 13 Mu Desrlgn Martin Marietta R2146K44 6 60 Sacks / 4,500 {{ i Concrete Mu for Hand Placed Paving 3-5" Slump: 3fi%Ate 111/15/2022 321313 Mu Design Martin Marietta R2146P36 4,500 psi Concree for Hand Placed Paving 3-5"Slump; 3fi%Ate 111/15/20221321313 Mi. Design Martin Marietta R2146K36 4,500 psi Co— for Hand Placed Paving 3-5"Shmm; 3fi%Ate 19/9/2022 132 13 13 Mu Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 3-5"SI-4.5-7.5%Air 19/9/2022 132 13 13 Mu Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving 3-5"St— 3fi%Air 19/9/2022 132 13 13 Mu Desigp Marlin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving,£lets 3-5"Slump; 3fi%Ate 19/9/2022 1321313 Mu Di. Mani. Marietta R2146242 4,500 psi Concrete for Hond Placed Paving 3-5"Shmp; 3fi%Ate 19/9/2022 132 I313 Mu Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving 31"Slump; 3fi%Ate 110/42.3 32 13 13 Mix Desi- NBR ReadyMlx CLS P2-YY 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving 3-5" Sh—p; 3-6%Air 110.2023 1321313 Mix Design NBRReadyMis CLS P2-NY 6.50 Sacks/4,500 psi Concne for Hand Placed Pavivg 3-5"Shmp; 3-6%Air 17/10/2023 132 13 13 Mu Deli= Osbum 45A60MR 6SK/ 4,500 psi Concrete£ Hord Placed Paving 31.1 Shmp; 36%Air 11/24/2023 1321313 Mix Design Rapid Redi Mu RRM6320AHP 4500 psi Concrete for Hond Placed Pavivg 3-5"Shmp; 36%Air 19/92022 321313 Mix Desigp Redi-Mu 10MI1524 4500 psi Covcrete Mi, for Hand Placed Paving 31"Slump; 36%Air 19/92022 32 13 13 Mu Design Redi-Mix 10M115D4 4500 psi Concrete Mu for Hand Placed Paving, Stom Drain Structures 3-5" Slump; 36%Ate 19/91022 132 13 13 Mu Design Redi-Mix 1OM11504 4500 psi Concrete Mu for Hand Placed Paving 3-5" slump; 36% Air 19/92022 132 13 13 Mu Desjp Redi-Mlx 145CD5P4 4500 psi Concrete Mu for Hand Placed Paving, Slom Drain Stmcmres 3-5" Slump; 36%Ate 11/132023 132 13 13 Mix Desvp SRM Covcrete 45023 4,500 psi Concrete for Hand Placed Paving 3-5"Slump; 36%Ate 19/92022 321313 Mrs Des SRM Covcrete 45000 4,500 psi Concrete for Hand Placed Paving 3-5"Slump;3-6 Ate 19/92022 321313 Mu Des�p Tament Concrete FW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Slump;36%Ate 19/9/2022 321313 Mu Derr Tammt Concrete FW60AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Slump; 36%Ate 19/92022 32 13 13 Mu Desigp Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5" Slump; 36%Ate 19/92022 32 l3 13 Mu Desigp Tifan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving 3-5" Shmp; 36% Air 19/92022 32 13 13 Mu Desigp Too Grit Redi Mu 02602301 4500 psi Concrete Mu for Hand Placed Paving 3-5" rm Shp; 36%Ate 19/9/2022 132 13 13 Mu Design Too Grit Redi Mu 0265 2301 4500 si Concrete Mi for Valley Gutters, Hand Placed Paving 3-5" Shmp; 3.56.5%Ate 19/9/2022 132 13 13 Mu Dcsig. Tme Grit Redi Mu 270.230 5006 psi Concrete for Hand Placed Paving 3-5" Skwp; 36%Ate I Class HES (11" Early Strength Paving) 19/9/2022 32 13 13 Mu Deslp Big D Concrete 14500AE 4500 psr Concrete fin H� E.N Strength Paving 3-5" Shmp; 36% Air 19/9/2022 32 13 13 Mu Des�p Humco Texas SSUl20AG 4000 psi Concrete Mu or HJi Harty Stteq Paving 3-5" Skmp: 36% Ah 19/9/2022 32 13 13 Mu Des�p Charleys Concrete 6589 4500 psi Concrete Mu for High Early Httengt Paving 3-5" Slump: 36% Air 19/92022 32 13 13 Mu DlV` Cow Town Redi Mu 370-INC 4500 psi Concrete f HES Paving 3-5" Slump; 3-6 Air 19/92022 32 13 13 Mu Desigp Cow Town Redi Mu 375-NC 5000 psi Concrete for HES Paving 3-5" Slump; 36% Air 19/92022 32 13 13 Mu Desigp Cow Town Redi Mu 370-NC 4500 psi Concrete for HES Paving 3-5" Slump; 3-6 Air 11/182023 32 13 13 Mu Desigp Cow Town Redi Mu 380-NC 4500 Ppsi Covcrete for HES Paving 3-5" Slump; 3-6 Air 11292024 32 13 13 Mi. Desigp Estrada Ready Mu 4575AESC 7.50 9acke / 4,500I�si (3,000 R (d, 3-&y) Concrete for HES Paving 3-5" Shmp; 3-6 Air 19/9.022 32 13 13 Mix Desigp Holcim - SOR, Mr. 2125 5000 �i Concrete 4Or HES Pavmg 3-5" Skmp; 36%Ate 11242023 321313 Mix Des �p L1..id Slone C451DHR-A 4500psi Concrete Cor HES Paving 3-5"Shmp; 36%Ate 14/7/2023 32 13 13 Mix Desr Marlin Marietta R2161IK70 6,000 psi (3,000 psi (70, 24 h..) for HES Paving 3-5" Shmp; 36%Ate 19/92022 32 13 13 Mu Desigp Redi-Mis I ON11507 4500 psi (2600 psi (70, 24 h..) Concrete Mu for RES Paving 3-5" Slump; 4.56.5%Ate 12/102023 32 13 13 Mu Desigp SRM Concrete 50310 5,000 psi Concrete for RES Paving 3-5" Slump; 3-6 'Air 19/92022 32 l3 13 Mi. Desigp SRM Concrete 40326 4,500 (3,000 R 3-days) psi Concrete for HES Paving 3-5" Shmp; 36%Ate 19/92022 32 13 13 Mi. Desipp Tamanr Concrete FW6520AMR 4500 (3000 psi R 3-days) psi HES Paving 3-5" Shmp; 36% A'v 19/92022 32 13 13 Mi. Desigp Tanavt Concrete FW7520AMR 4500 (3000 psi (d, 3-days) psi Concrete RES Paving 3-5" Shmp; 36%Ate I Zlass S ridge Slabs, Too Slabs of Dmeet T.� C.Iverfs. AR�roach Slabs) 19/92022 32 13 1 Mu D. Cow Town Rcdi Mix 260 4000 psi Concrete Mu for Bri�Y% Slabs, Hox Culverts, Headwalls 3-5" Slump; 36% Air 19/9/2022 32 13 13 Mu Deep Cow Town Redi Mix 360 4000 psr Cmcrete Mu for Hn�psSlabs, Box Culverts, Headwalls 3-5" Shmp; 36%Air 19/9/2022 32 13 13 Mu Des Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridges to slabs of di mt haRic -hens, apltk�roach slabs-TXDOT Class S-N. Fty Ash $asks/4,000 3-5" Slump: 3-6% Air 11/292024 321313 Mu Despn Estrada Ready Mu R4060AEWR 6.00 Concretefor Bn�dge Slabs, Top Slabs, and Approach Slabs 46"slump; 36%Ate 15/3/2023 321313 MDlV` Marlin Marietta M7842344 4,000p� Concrete for Hridge Deck 3-5"Shmm; 4.5-7.5%Ate 14/12023 32 13 13 Mi' Desron Martin Marietta R2146P33 6.0Ls ]cs/ 4,000y... cratefor Bridge Deok 3-5"Shmp; 3-6 Air 11152024 32 13 13 Mi. Desigp NBR Ready Mu TX S-NY 5.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving -No Fly Ash 3-5" Shmp; 3-6 Air 14/152024 32 l3 13 Mi. Desigp NBR Ready Mu TX S-YY 4.50 Sacks / 4000nti Concrete Mu for Class S Slab Paving 3-5" Shmp; 3-6 Air 19/9/2022 32 13 13 Mix Desigp Redi-btu' 156115D4 4000JJsi Bridge Sllaabbs 3-5" Skmp; 3-6 'Air 15/52023 32 13 13 Miz Design SRM Covcrma DIOOOO8553CB 4,006 psi Concrete for Bdridge Apmoach Slab, Dwk Slab 3-5" Shmp; 36% A'v I Z.nerete Bsse tr... h Repair 14/12023 03 34 16 Mu Dcsp;p Humco Texas �% o 19/92022 03 34 16 Mu Dcst r Humco Texas 08Y4 OHA I800 psi Z'0 a Mi. foraselfr for Trench Rep I5-7"vslump; 36%Air I ontroBed Low Strong[= Material 19/92022 03 34 13 Mu Des�p Humco Texas OIY69OBF 100nnsi Concrete Mu for Flowable Fill Flowable; 8.5-11.5%Ate 19/92022 033413 Mu Des Carder Concrete FWCC359101 50-I$O psi Flowable Fill -CLSM 3-5"Slum;%-12%Air 19/9/2022 0334 01 19/92022 03 34 1,3 Mu Deep Ci y c'o rate Company 1�350--FF 50-150JjFi c- FillLLSM Fl9wabllump-12 %Air 19/92022 03 34 l3 Mu Design Cow Town Redi M Mu# 9 70 psi FF1I Fdl CL Movable 19/92022 0334 13 Mu Desipp Martin Marietta FLOW25A 50 si Cmcrete f Flowable Fi]UCLSM 8-12" Slump; 5-15%Ate 110/42023 03 34 13 Mu Design NBR Ready Mu FTW FLOW FILL 15fJ,ji Crete for Flowable 7-10' Slum 8-12%Ate 19/9/2022 0`33413 Rrr3e. Design Tarrenr Concrele FWFF150CLSM 50-1$0 psi Flowable Fill -CLSM Flowable;612%A. 14/12023 I313700 14/l/2023 313700 IDesVp Mix Design (Martin Marietta R2146033 4,000 psi Concrete for Rip ap I3-5"Skmp:36%Ate I Asphalt Paving 19/9/2022 32 12 16 Mu Design Austin Asphalt FHB117965 FF5B117965 PG64-22 Type B Fine Base 1119/2122 32 12 16 Ma Design Austin Asphalt FFIB139965 FTIBI39965 PG64-22 Type B Fine Base 19/9/2022 321216 Ma Design Austin Asphalt Ff IB117.2 Fr1B 117.2 PG64-22 Type B Fme Base 15/12024 32 1216 Mu Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base C.- 9/9 022 321216 Mu Design Reynolds Asphalt I112B 1112B PG64-22 TypeB Fme Base 19/92022 321216 Mu Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fme Base 112/52022 33 12 16 Mu Desig. Suvmount Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Five Base 19/92022 32 12 16 Mu Design Suvmount Pavmg 34l-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Five Base 19/92022 32 12 16 Mu Desigo TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fme Base 19/92022 32 12 16 Mu Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 19/9/2022 3212 16 Ma Design TXBrf 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I As halrrCovHnued% 19/9/2022 132 12 16 Mu Ues�ap TXBrF 6-224125-18 PG 64-224125-18 PG70-22 Type D Fme Sort ce I344 I 14/l/2024 13212 16 I JMix Desk TXBrF 344 MAC-SP-D 70-22XR MAC-SP-D 70-22XR SAC A-R Twe D Fme Surfaze I 1 Detectable 19/9/2022 1121320 R�l�/// ySu ac a DWS-Pavers Pme Hall Bnck(Wmswn Salem, NC) Tactile Pavers 1 1.1022 �321320 DWS-Pavers Weom Brick Co. (IT oustorn, TX) Detectable Warring Pavers 1 19/9/2022 321320 OWE -Composite Armor Tile 19/9/2022 321320 DWS - Composite ADA Solons uti(Wdmington, MA) 11--goBrick CIP Composite Paver 1 I4/7/2023 321320 DWS-Pavers ADA Solutmus(Wdnvugton, MA) Detectable Warring Pavers I I sm. cj.intseamnt I I9/9/2022 32 13 73 Joint Sealant Dow 8901L 890SL-Cold�Ged, Single Componrnt, Silicone Join[ Sealant 19/9/2022 132 13 73 Joint Sealant Tremor 900SL 900SL -Cold relied, Sinv�le Componrnt, SiliclSalant TM D589319/9/2022 132 1373 JoitSealant Per.. 300SL 300SL -Cold M, Sis�le Comr�nrnt,SiconeJointSealantTM FTMO... D589319/9/2022 32 13 73 JointSealant Core. RoadSaver Silicone RoadSaver Silicone -Cold Aplied mgle Component, Silicone Joint Sealant TM D5893 1 I Utility Trench Embedment Sand I 19/9/2022 13305 10 Embedment Sand Silver Creek Metermis UOhty Embedment Sand ASTM C33 1 19/9/2022 13305 10 Embedment Sand IC..ch Matevvls UOhty Embedment Sand ASTM C33 1 19/9/2022 13305 10 Erobedroent Sand F and L Dut Movers Utility Embedment Sand ASTM C33 1 19/9/2022 1330510 Embedment Sand F-ALDut Movers UtilityEmbedmcut Sand ASTM C33 1 I9/9/2022 13305 10 Embedmenl Sand Tm Top Madm Mavetty Utility Embedment Sand ASTM C33 I Storm Sewer-Manholes&Bases/Frames& Cover,/Standerd/Round133A5-13 I :I 912.018 33 05 13 Mcuch le I.. sod Covers Acp'_ (G_ Steal Company, LTD) MHRC #220605 MHRC #220605 (Size - ""24" Di.) ASTM -9 AASHTO M306 I 19/282018 33 OS l3 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size- 32" Div.) ASTM A48 AASHTO M306 1 1928/2011 3105 13 Manhole Frames end Covers Neenah Foundry NF-1743-LM (H.—d) NF-1743-LM (Hi�Fd) (Size- 32" Div.) ASTM A48 AASHTO M306 1 1928/2 18 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size -32 25" Doi.) ASTM A48 AASHTO M306 1 1928/2018 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV (Size- 32" DiaJ ASTM A48 AASHTO M306 1 14/3/2019 3305 13 Manhole Frames end Covers SIP Industries++ 2279ST 2279ST (Size-24" D- ASTM A48 AASHTO M306 1 14/3/2019 3305 13 Manhole Frames end Covers SIP hu usMes++ 22805'T 2280ST (Size- 32" Di. ASTM A48 AASHTO M306 1 110/82020 3305 13 Manhole Frames and Covers EJ ( Formally Eut Jordan hon Works) Ell 33 M/A EJ1033 Z2/A (Size- 32.25" Di.) ASTM A536 AASHTO M306 1 13/82024 3305 13 Curb Inlet Covers SIP Industries++ 2296T 2296T (Size-"'24" Di.) ASTM A48 AASHTO M306 1 16/18/2024 3305 13 Curb Her Covers SIP Industries++ 2279STN 2279STN (Size - 24" Die ) ASTM A48 AASHTO M306 1 e"Note: AM— develop lend new Maelkd-manhole lids shall meet Me minimum 3&inch opening requi ement as speciifcd in OV Specfrodon 33 05 13. Any sme1kr opening sins will Doty be allowedfor erideg M.keks Maerequirerp(ncemeneframes and rovers I Storm Sewer- Met & Structures 33-05-13 I I ]0/8/2020 33 49 20 Cmb Inets Fonema FIT10x3-005-PRECAST"" (Size - lO' X 31 M ASTC913 I 110/8/2020 33 49 20 Curb Inlets Fortevra FILL:.3-006-PRECAST"" (Size - 1 O' X 31 ASTM C913 1 110/8/2020 334 20 CurbInlets Fortevm FRT-10x4 5-007-PRECAST"" (Size - 10' X 4.51 ASTM C913 110/8/2020 334 20 Curb Inlets Fortavra .-I. 5-020-PRECAST"" (Size - l0' X 4.51 ASTM C913 110/8/2020 33 3920 Manhole Fortevre FRT-0X4-009-PRECAST-TOP (Size - 4' X 41 ASTM C913 110/82020 33 39 20 MavhOle Fort— FRT-0X4-009-PRECAST-BASE (Size - 4' X 41 ASTM C913 1 110/82020 33 39 20 MavhOle Forte— FRT-5X5410-PRECAST-TOP (Size - 5' X 51 ASTM C913 1 110/l2020 333920 MavhOle Fortema FRT-5X5-010-PRECAST-BASE(Size-TX 51 ASTM C913 1 110/82020 333920 MavhOle Fort— FRT-6X6-011-PRECAST-TOP(Sie-6'X 61 ASTMC913 1 110/82020 333920 Manhole Fort— FRT-6X6411-PRECAST-BASE(Size-6'X 61 ASTM C913 1 13/19/2021 33 49 20 Curb Inlets Thompsov Pipe Group TPG-IOX3405-PRECAST INLET"" (Size-10' X 31 ASTM 615 1 13/19/2021 33 49 20 Curb Inlets Thoropsov Pipe Group TPGI5X3-005-PRECAST INLET"" (Size-15' X 31 ASTM 615 1 13/192021 334920 Curb Inlets Thump —Pipe Group TPG20X3-0p05-PRECAST INL��(11EET""(Size -20'X 71 ASTM 615 1 13/192021 333920 Manhole Thompson Pipe Goup TPG-0X4312-��RLSi 13/192021 33 39 20 Manhole Thompson Pice Group TPG-0X4 13/19/2021 333920 Manhole Thompson Pice Group TPG-0X4 SER(Size44'X41 ASTM 615 1 13/19/2@I 333920 Manhole Thompsov Pice Grou❑ TPG-5X5-010-PRECAST TOP (Size-5'X51 ASTM 615 1 13/19/2021 333920 Manhole Thompson Pine, Group TPG-5X5-010-PRECAST BASE (Size - 5' X 51 ASTM 615 1 13/19/2021 33 39 20 Manhole Thompson Pipc Group TPG-5X5-012-PRECAST S-FT RISER (Size -5' X 5) ASTM 615 1 13/19/2021 333920 Manhole Thompson Pice Group TPG-6X64I I -PRECAST TOP (Sim -6.X 6) ASTM 615 1 13/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6-011-PRECAST BASE (Sim -6'X 61 ASTM 615 1 13/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6J12-PRECAST 6-FI'RISER (Sme-6'X 6) ASTM 615 1 13/19/2021 333920 Manhole Thompson Pine Group TPG-7X741 l-PRECAST TOP (Sim -TX 7) ASTM 615 1 13/19/2021 33 39 20 Manhole Thompson P�e Goup TPG-7X7-011-PRECAST BASE (Size - TX 71 ASTM 615 1 13/19/2021 333920 Manhole Thompson Pme Group TPG-7X7-012-PRECAST 4-FC RISER (Size- 7' X 71 ASTM 615 1 13/l9/2021 33 39 20 Manhole Thompson P�e Goup TPG-8X8411-PRECAST TOP (Size- 8' X 81 ASTM 615 1 13/19/2021 333920 Manhole Thompson Pme Group TPG-8X8-0I]-PRECAST BASE (Si.-8'X 81 ASTM 615 1 13/l9/2021 33 39 20 Manhole Thompson Pipe Group TPGAX8-012-PRECAST 5-FT RISER (Size- 8' X 81 ASTM 615 1 13/192021 334920 Dro[t`lul�el Thumps- Goup TPG-0X4-008-PRECASTINLET (Size-4'X 41 ASTM 615 1 13/192021 334920 Dro et Thumpsov Pre Goup TPG-SXS-008-PRECAST INLET (Size - 5' X 51 ASTM 615 1 13/192021 33 49 20 D olqo I Thum on Pme Group TPG-6X6-008-PRECAST INLET (Size - 6' X 61 ASTM 615 1 18282023 334910 Mavhole Oldcastle Pre cast 4'x4'Stacked Manhole(Size-4'X 41 ASTM C478 1 18282023 3349 10 Mavhole Oldcas le Precast 5' x 8' Storm luvctio, Box (Size - 5' X 81 ASTM C478 I 18282023 33 49 10 Mevhole Oldcas le Precut 4' x 4' Storm luvctiov Box (Size -4' X 41 ASTM C478 1 18282023 33 49 10 Mevhole Oldws le Precut 5' x 5' Storm luvctiov Box (Size - 5' X 51 ASTM C478 1 18282023 334910 Menthol, Oldws le Precut 6' x 6' Storm luvctiov Box (Size - 6' X 61 ASTM C478 1 18282023 33 49 10 Mevhole Oldcasde Precast 8' x 8' Smrm Juvctiov Box Base (Size - 8' X 81 ASTM C478 1 18282023 334910 Menthol, Old. le Precut 5' x 8' Storm Juvctiov Box Base (Size I X 81 ASTM C478 1 18282023 33 49 10 Mevhole Rinker Mereriak Reinforoed 48" Diameter Spread Footing Manhole (Si. -4' X 41 ASTM C433 1 18282023 333920 Curb flet 10 k 3'Riser Throw —Pipe Goup ldct Riser(Size-3 IT ASTM C913-16 1 18282023 33 39 20 Curb flet 15 k 3' Riser Thompsov Pipe Goup W. Riser (Size - 3 FT) ASTM C913-16 1 18282023 333920 Curbf1et20'x3'Riser Thoropsov Pipe Group hdet Riser (Se -3 FF) ASTM C913-16 1 11/122024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 41 ASTM C913 1 11/12/2024 33 49 20 Drop Inlet Aroco`Fc Pipe &Products Drop Inlm (5' X 51 ASTM C913 1 11/19/2024 33 49 20 Manhole AmcriTcx Pipe &Products Precast 4k4' Storm Junction Box ASTM C913 1 11/19/2024 33 49 20 Manhole Am Tex Pipe &Products Precut Sky' Storm Juncion Box ASIM C913 1 11/19/2024 33 49 20 Manhole ArocriTcx &Products T Precast Tamition MH (4' MH on the tpp of 5' JB) ASTM C913 1 11/19/2024 33 49 20 Manhole PIp AmaiTex Pre &Products Precut 6 O' Storm Juvctiov Box ASTM C913 1 11/19/2024 33 49 20 Manhole AmeriTex Pre &Products 6' Preces1 Temkin. MH (4' MH on the mp of 6' JB) ASTM C913 11/19/2024 33 49 20 MavhOle AmeriTex Pre &P. "" Precut 8k8' Stopn Junction Box ASTM C913 11/192024 33 49 20 Mevhole AmeriTex Pme &Products 8' Precast Tansition MH (4' MH on the top of 8' JB) ASTM C913 11/19/2024 33 49 20 MaMole Am —Tex Ppe &Products Tone C So— Drain Manhole on Box (4' hIIl on the top ofRCB) ASTM C913 17/16/2024 33 49 20 Cudr (nets AmenTex Pipe &Products ]Ox3 Precis["" (Size ]0' x 31 ASTM C913 17/l6/2024 33492 0 Cmb Wete AmenTex Papa &Produces 15x3 Precut"" (Sze 15' x 31 ASTM C913 ""Note: Pie -cast lnlersare Opovedfor Mesmge 1p-Mo of Me st velure (basin) only. Stage llportiort fthes ructure are required m be castin-plare. No exep0— ro Mis requirementsha(I be allowed. I §torn Sewer- Pipes & Boxes 33-05-13 14/9/2021 3341 13 Storm Drain Prpes Advaaced Drnmage Systems, I= (ADS) ADS HP StPolwmvvlene (PP) Ace (Size -12" - 60") MS K891 & AASHTO M330 18/28/2023 334110 Storm Drain Pioes Rinker Materials Reinforced Concrete Pipv,Tongue and Groove Joint Pipe (Size-21"or larger) ASTM C76, C655 18/28/2023 334110 Culvert Box Rinker Materials Reinfoced Concrete Box L'ulvert(Sze-Various) ASTM C789, C850 110/12/2023 3341 10 Storm Drain Pipes AmedTex P�e &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe' (Si,, -15" or larger) ASTM C76, C506 110/12/2023 344110 Culvert Box Ame U—P�4lffe&Pmducts Reinforced Concrete Box Culvert (size -Vaious)) ASTMC3433,C1577 110/18/2023 35 41 10 Sto® Drain Pipes The Tumer Co Reinfrced Concrete Pipe Tongue and Groove Joint Pipe' (Size - 15" or larger) ASTM C76, C506 110/182023 334110 Calves Box The To —Co. Remfrced Concrete Box Culven(s--V—s) ASTMCI433,CI577 14/12/2024 3341 10 St— Drain Pim Thompqson Pipe Gmup Reinforced Concrete PiP Tongue and Groove Joint Pipe' (Size Various) ASTM C76, C506 16/25/2024 334110 Cullen Box Oldcasde Reinforced Concrete Box Culvert ASTMCI433,CI577 16/25/2024 33 41 10 Storm Drain Prpes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe' (Size Various) ASTM C76, C506