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