HomeMy WebLinkAbout063945-PM1 - Construction-Related - Contract - Traditions Investors, LLC and Acadia Services, LLCPROJECT MANUAL
FOR
THE CONSTRUCTION OF
SEWER
IMPROVEMENTS TO SERVE
NORTHWEST VILLAGE ONSITE SEWER
IPRC Record No. IPRC24-0047
City Project No. 105464
FID No. 30114-0200431-105464-E07685
File No. N/A
X File No. X-28110
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
2025
PREPARED BY
SPIARS ENGINEERING, INC.
3575 LONE STAR CIRCLE, SUITE 434
FORT WORTH, TX 76177
F-2121
11/24/2025
Jordan Huneycutt
12-04-2025
CSC No. 63945-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 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
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 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 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 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
01 77 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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
Division 02 - Existing Conditions
Date
Modified
02 41 13 Selective Site Demolition
02 41 14 Utility Removal/Abandonment
02 41 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
26 05 00 Common Work Results for Electrical
26 05 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 05 43 Underground Ducts and Raceways for Electrical Systems
Division 31 - Earthwork
31 10 00 Site Clearing
31 23 16 Unclassified Excavation
31 23 23 Borrow
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
31 36 00 Gabions
31 37 00 Riprap
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair
32 01 18 Temporary Asphalt Paving Repair
32 01 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
32 11 37 Liquid Treated Soil Stabilizer
32 12 16 Asphalt Paving
32 12 73 Asphalt Paving Crack Sealants
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 14 16 Brick Unit Paving
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 17 23 Pavement Markings
32 17 25 Curb Address Painting
32 31 13 Chain Fences and Gates
32 31 26 Wire Fences and Gates
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
32 31 29 Wood Fences and Gates
32 32 13 Cast-in-Place Concrete Retaining Walls
32 91 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro-Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing
33 01 31 Closed Circuit Television (CCTV) Inspection
33 03 10 Bypass Pumping of Existing Sewer Systems
33 04 10 Joint Bonding and Electrical Isolation
33 04 11 Corrosion Control Test Stations
33 04 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains
33 05 10 Utility Trench Excavation, Embedment, and Backfill
33 05 12 Water Line Lowering
33 05 13 Frame, Cover and Grade Rings - Cast Iron
33 05 13.10 Frame, Cover and Grade Rings - Composite
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
33 05 16 Concrete Water Vaults
33 05 17 Concrete Collars
33 05 20 Auger Boring
33 05 21 Tunnel Liner Plate
33 05 22 Steel Casing Pipe
33 05 23 Hand Tunneling
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
33 11 05 Bolts, Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittings
33 11 15 Pre-Stressed Concrete Cylinder Pipe
33 12 10 Water Services 1-inch to 2-inch
33 12 11 Large Water Meters
33 12 20 Resilient Seated Gate Valve
33 12 21 AWWA Rubber-Seated Butterfly Valves
33 12 25 Connection to Existing Water Mains
33 12 30 Combination Air Valve Assemblies for Potable Water Systems
33 12 40 Fire Hydrants
33 12 50 Water Sample Stations
33 12 60 Standard Blow-off Valve Assembly
33 31 12 Cured in Place Pipe (CIPP)
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
33 31 22 Sanitary Sewer Slip Lining
33 31 23 Sanitary Sewer Pipe Enlargement
33 31 50 Sanitary Sewer Service Connections and Service Line
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains
33 39 10 Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete Manholes
33 39 30 Fiberglass Manholes
33 39 40 Wastewater Access Chamber (WAC)
33 39 60 Epoxy Liners for Sanitary Sewer Structures
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain
33 41 12 Reinforced Polyethlene (SRPE) Pipe
33 46 00 Subdrainage
33 46 01 Slotted Storm Drains
33 46 02 Trench Drains
33 49 10 Cast-in-Place Manholes and Junction Boxes
33 49 20 Curb and Drop Inlets
33 49 40 Storm Drainage Headwalls and Wingwalls
Division 34 - Transportation
34 41 10 Traffic Signals
34 41 10.01 Attachment A – Controller Cabinet
34 41 10.02 Attachment B – Controller Specification
34 41 10.03 Attachment C – Software Specification
34 41 11 Temporary Traffic Signals
34 41 13 Removing Traffic Signals
34 41 15 Rectangular Rapid Flashing Beacon
34 41 16 Pedestrian Hybrid Signal
34 41 20 Roadway Illumination Assemblies
34 41 20.01 Arterial LED Roadway Luminaires
34 41 20.02 Freeway LED Roadway Luminaires
34 41 20.03 Residential LED Roadway Luminaires
34 41 30 Aluminum Signs
34 71 13 Traffic Control
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 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 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 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
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 8 of 8
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised March 20, 2020
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
PRE-BID MEETING Page 1 of 2
Northwest Village Utilities
PRE-BID MEETING
Tradition MUD No.1 of Denton County
3:00 p.m. December 13, 2023
1)Location and Project Description
a)Project scope:The project scope includes approximately 4,159 LF of 8”-12” water line and
2,617 LF of 8”-12” sewer line.
b)Owner of the contract is Tradition MUD No.1 (the “District”)
c)Developer is Matrix Equities (Jonathan Bastianelli)
d)Design Engineer is Spiars Engineering
e)District Engineer is Westwood Professional Services
2)Bids scheduled is as follows:
a)Bids Open Wednesday, December 20, 2023 at 1:00 p.m.
b)Submit written questions concerning the bid by Monday, December 18 via CivCast.Any
questions received after the deadline will not be addressed.
c)Contract will be unit price.Contractor to verify all quantities to prior start of construction.
First change order will address quantity discrepancies
d)Use the Bid Form and items that are enclosed in the proposal.If an error is noticed, please
contact Jessica Lee for correction:districts@westwoodps.com
e)Required documents to be delivered on bid day are as follows:
i)5% Bid Bond
ii)Completed bid form –all items must contain unit pricing
iii)Addendums acknowledged (if any)
f)Bids are to be delivered in a sealed envelope at the office of Westwood Professional
Services (Peloton Office)–11000 Frisco Street, Suite 400, Frisco TX 75033 prior to bid
opening date/times. Any bids received after specified bid open times will be rejected.
g)Failure to comply with the conditions set out in the Bid Specifications may result in the
disqualification of the bidder
h)Owner reserves the right to reject any or all bids and to waive any informalities and
technicalities
i)Contractor must be pre-qualified with City of Fort Worth
3)Construction schedule
a)Contractors will be selected within 30 days of bid opening.
b)Schedule will be as stated on the bid form by the contractor
PRE-BID MEETING Page 2 of 2
c)Contract will be in working days
d)Penalty for late completion is $250/day
4)Bonds
a)100% Payment
b)100% Performance
c)2-year, 100%maintenance bond
5)Proposal
a)Unit price governs if discrepancy with bid
6)Construction of Project General Notes:
a)City of Fort Worth Specifications
b)The City of Forth Worth will be inspecting for this project
i)Geotech testing will be provided by the Owner
·Testing lab Alpha Testing
ii)Construction staking will be provided by the Owner, all re-staking to be paid for by the
Contractor
·Contact for staking requests:
à Construction staking will be Goodwin & Marshall
c)Pay estimates for 90% of the work completed through the 25th day of the month are due
to the Engineer districts@westwoodps.com by the 25th day of the month.
d)10% retainage.
e)Upkeep of erosion control and general housekeeping shall be in compliance with your
SWPPP.Erosion control will be provided by the Owner. Repair to any contractor-caused
damage to existing erosion control will be paid for by the Contractor and is subsidiary to
the bid.
7)Questions
00 42 43
DAP - BID PROPOSAL
Page 2 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Project Item Informarion
Bidder's Application
Bidlist Iteml I Specification I Unit of I Bid
Description
No. SectionNo. Measure Quantity
UNIT II: SANITARy S��yVEq IMPROVEMENTS
1 3301.0002 Post-CCN Inspection 33 01 31 LF 2787
2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 22
3 3305.0109 Trench Safety 33 05 10 LF 2787
. .
4 3331.3301 8" Sewer Service 33 31 50 EA 1
5 3331.3201 6" Sewer Service 33 31 50 EA 7
6 3331.4208 12" Sewer Pipe 331110, LF 2720
7 3331.4201 10" Sewer Pipe 33 11 10, 33 31 LF 32
8 3331.4115 8'' Sewer Pipe 331110, LF 279
9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 279
10 3339.1001 4' Manhole 333910, EA 22
11 9999.0001 Connect to Sewer Main EA 1
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
TOTAL UNIT II: SANITARY SEWER IMPROVEMENT$
Bidder's Proposal
Unit Price I Bid Value
$5.00
$200.00
$1.00
$2,500.00
$1,810.00
$82.00
$68.00
$55.00
$325.00
$8,250.00
$3,325.00
$13,935.00
$4,400.00
$2,787.00
$2,500.00
$12,670.00
$223,040.00
$2,176.00
$15,345.00
$90,675.00
$181,500.00
$3,325.00
$552,353.00
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAIION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fon¢ Versioa May 22, 2019 _00 42 43_Bid Proposal_DAPI SS (002)
00 42 43
DAP - BID PROPOSAL
Pagc i of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Project Item Information
Bidder's Application
Bidlist Item Specification Unit of Bid
Description
No. Section No. Measure Quantity
Bid Summary
UNIT II: SANITARY SEWER IMPROVEMENTS
Total ConstrucHon Bid
This Bid is submitted by the enHty named below:
BIDDER:
Aa:di .Se�ti�c;;.I:i,._
3ji L;'. Sonth!;i?t;: ;<.1.,,;;
�, _� 1��.'tc, �l � _ t
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
Bidder's Proposal
Unit Price I Bid Value
$552,353.00
$552,353.00
BY: ;>r;:� Cstiett
TITLE: esi�9Lut
DATE: � � � � � �
70 working days after the date when the
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFiCAT10N DOCUMENTS - DEVELOPER AWAADED PROJECTS
Fonn Version May 22, 2019 _00 42 43_Bid Proposal_DAPI 55 (002)
0045 12
DAP PRGQUALIFICATiO� STATF.�9EF�1'
Page 1 oCA
s�cTiov oa 4s iz
DAP — PREQUALIFICATTON STATEMENT
Each Bidder is required to complete the informatio�z bciow by identifying the prec�ualificd contractors
and/or subco�ztractors whom they intend to utilize for the major �vork type(s) listed. In the "Maior ��ork
`I'vbe" box nrovide the camnleie maior tivork tvne and acri�al describtion as brovided bv the Water
Department fOr water ar►d Sewer anc� TPW fOx paV�n�.
Majar Work Type
Contractor/Subcontractar Company Narnc
Prec�ualification
Expiration �ate
W�e,., � �aN. �e,�+er l�nps.
� Cf��.�a �e!`v,c�s. LLC,
y/ay�
The und.ersigned hereby certi�es that the contractors and/or subcontractors described in the table above
are eurrently prequalified for the work rypes listed.
BIDDER:
�c�d�g, 5�,�,�e,�
35I w. Sou-l-hl�u� gl+.�.
J�d ., �h i �yC,e. � 1 �C. �4 0 `tZ
BY: � of P� cipal>
(Signature)
TIT�E: p�,es; ,,,�
DATE: �
�zjzo1z�.
END OF SECTION
UTV OF FpftT WpR7H
STAN6AR� CONSTRl1CTIflN PREQUALIFICATION STATEMENT— �EVELOPER AINARDED PROIECTS _00 4512_Prequalk{icatiOn Stdiement 2fl15_�AP
Form Version Septzmber 1. 2015
11000 Frfsco Street, Suite 400
Frlsco, TX 75033
���'�'►,#1,f�'���
May 1, zoz5
Board of Supervisors
Tradition Municigal Utility District No. �
c/o ABH1� LLP
320o Southwest Freeway, Suite 2Soo
Houston, Texas 77027
RE: Recom�nendation of Award
Traditian Northwest Village Utility Facilities
Dear Board:
r��:,l�, (469) 213-180�
A Noticc to Bidders was advertised for th� above referenced project in The Denton Aecord-
ChraniCle an OCrober 7 and October i4, zo23. Plans and specifications were also provided to
potential bidders. Five bids were received and opened on December 20, 2023. The bids are as failaws:
Bid Descrintion
A&M Constructian
Acadia Services
Blue Star
J & L Construction
Western Municipal
Bid Total
$1,906,321.50
� 2,og5,z47.00
$ Z,iio,7ss.c+o
$ 2,424,879.64
$ 2,939,Q34•74
The bid summary is attached ta this letter. Westwood Professional Services has reviewed the bids.
Due to the time that has elapsed from original bid opening, apparent low bidder A&M Construction
is unable to complete the projec�. After disCussian with the Developer and z"a low bidder, Acadia
Services, Acadia has confirmed they are a3ale io camplete the project for the 2023 bid priCe.
Therefore, it is ihe recommendation of the Engineer tha� the construction of Tradition Northwes�
Village Onsite V�ater and Sewer be awarded to 2n� low bidder, Acadia Services in the amount of
$z,o95,247.00.
If you have any questians, please let me know.
Sincereiy,
WESTWOOD PFiOFESSIONAL SEAVICES
Andrew Mizerek
�
Cc: Brad Catlett, Acadia Services
Mac McWilliams, Matrix Equities
K�isey Taylor, ABHA, LLP
3ordan Huneycutt, Spiars Engineering
Bismark Qtarina, TCEQ DFW Aegian 4
�.,,��s�•�,v�dps.��,�,�
f8861 937-S15a
Tradition Northwest Village
Water and Sewer Facilities
December 20, 2023
Bid Tabulation
ITEM QUANTITY UNIT UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL
Unit A. Water Facilities
1 Trench Safety 4,159 LF $1.50 $6,238.50 $1.00 $4,159.00 $0.20 $831.80 $6.11 $25,411.49 $1.00 $4,159.00
2 Ductile Iron Water Fittings w/ Restraint 6 TON $8,500.00 $51,000.00 $18,775.00 $112,650.00 $18,279.00 $109,674.00 $12,134.67 $72,808.02 $9,250.00 $55,500.00
3 12" Water Pipe 4,133 LF $114.00 $471,162.00 $117.00 $483,561.00 $117.00 $483,561.00 $164.83 $681,242.39 $182.36 $753,693.88
4 8" PVC Water Pipe 26 LF $130.00 $3,380.00 $74.00 $1,924.00 $68.00 $1,768.00 $95.31 $2,478.06 $117.60 $3,057.60
5 Fire Hydrant 5 EA $5,900.00 $29,500.00 $9,050.00 $45,250.00 $8,773.00 $43,865.00 $9,063.60 $45,318.00 $8,649.83 $43,249.15
6 Water Sampling Station 46 EA $3,400.00 $156,400.00 $1,485.00 $68,310.00 $3,987.00 $183,402.00 $2,642.54 $121,556.84 $3,366.92 $154,878.32
7 6" Water Service 2 EA $9,500.00 $19,000.00 $57,250.00 $114,500.00 $2,703.00 $5,406.00 $36,277.00 $72,554.00 $12,052.52 $24,105.04
8 3" Meter Vault w/ no Meter 2 EA $27,200.00 $54,400.00 $40,600.00 $81,200.00 $45,524.00 $91,048.00 $31,256.50 $62,513.00 $14,283.05 $28,566.10
9 1" Water Service 12 EA $1,500.00 $18,000.00 $1,885.00 $22,620.00 $1,818.00 $21,816.00 $2,297.42 $27,569.04 $2,299.60 $27,595.20
10 2" Water Service 1 EA $7,250.00 $7,250.00 $3,915.00 $3,915.00 $2,980.00 $2,980.00 $4,908.00 $4,908.00 $5,505.60 $5,505.60
11 6' Gate Valve 14 EA $1,750.00 $24,500.00 $2,340.00 $32,760.00 $2,176.00 $30,464.00 $2,619.57 $36,673.98 $4,160.66 $58,249.24
12 8" Gate Valve 3 EA $2,400.00 $7,200.00 $3,275.00 $9,825.00 $2,701.00 $8,103.00 $4,156.33 $12,468.99 $5,234.55 $15,703.65
13 12" Gate Valve 39 EA $4,200.00 $163,800.00 $5,750.00 $224,250.00 $4,743.00 $184,977.00 $5,993.33 $233,739.87 $8,365.12 $326,239.68
14 Traffic Control 2 MO $6,000.00 $12,000.00 $4,170.00 $8,340.00 $2,750.00 $5,500.00 $8,395.50 $16,791.00 $9,735.99 $19,471.98
15 12" Waterline Lowering 10 EA $8,400.00 $84,000.00 $14,500.00 $145,000.00 $12,963.00 $129,630.00 $5,683.40 $56,834.00 $24,493.06 $244,930.60
16 16" x 12" Tapping Sleeve & Valve 2 EA $9,000.00 $18,000.00 $8,000.00 $16,000.00 $12,387.00 $24,774.00 $10,429.50 $20,859.00 $12,290.60 $24,581.20
17 Connection to Existing 16" Water Main 2 EA $7,500.00 $15,000.00 $8,000.00 $16,000.00 $2,869.00 $5,738.00 $4,255.00 $8,510.00 $7,602.80 $15,205.60
18 3" Back Flow Preventer 2 EA $14,600.00 $29,200.00 $25,000.00 $50,000.00 $17,962.00 $35,924.00 $21,848.50 $43,697.00 $31,152.32 $62,304.64
19 8" Back Flow Preventer 2 EA $21,000.00 $42,000.00 $40,000.00 $80,000.00 $26,999.00 $53,998.00 $28,232.50 $56,465.00 $38,202.32 $76,404.64
SUBTOTAL, UNIT A:$1,212,030.50 $1,520,264.00 $1,423,459.80 $1,602,397.68 $1,943,401.12
ITEM QUANTITY UNIT UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL UNIT COST ITEM TOTAL
Unit B. Sanitary Sewer Facilities
1 Post- CCTV Inspection 2,618 LF $4.50 $11,781.00 $5.00 $13,090.00 $2.50 $6,545.00 $3.54 $9,267.72 $3.55 $9,293.90
2 Manhole Vacuum Testing 22 EA $350.00 $7,700.00 $200.00 $4,400.00 $165.00 $3,630.00 $546.86 $12,030.92 $315.71 $6,945.62
3 Trench Safety 2,618.00 LF $2.00 $5,236.00 $1.00 $2,618.00 $0.20 $523.60 $7.17 $18,771.06 $4.00 $10,472.00
4 8" Sewer Service 4 EA $1,150.00 $4,600.00 $2,500.00 $10,000.00 $3,103.00 $12,412.00 $2,516.50 $10,066.00 $6,813.49 $27,253.96
5 6" Sewer Service 7 EA $810.00 $5,670.00 $1,810.00 $12,670.00 $2,451.00 $17,157.00 $1,791.71 $12,541.97 $7,018.28 $49,127.96
6 12" Sewer Pipe 2,585 LF $160.00 $413,600.00 $82.00 $211,970.00 $129.00 $333,465.00 $157.53 $407,215.05 $196.96 $509,141.60
7 8" Sewer Pipe 32 LF $135.00 $4,320.00 $55.00 $1,760.00 $124.00 $3,968.00 $80.31 $2,569.92 $176.86 $5,659.52
8 Epoxy Manhole Liner 282 VF $62.00 $17,484.00 $325.00 $91,650.00 $413.00 $116,466.00 $415.81 $117,258.42 $348.00 $98,136.00
9 4' Manhole 22 EA $8,000.00 $176,000.00 $8,250.00 $181,500.00 $6,567.00 $144,474.00 $8,995.45 $197,899.90 $10,751.11 $236,524.42
10 Connect to Sewer Main 1 EA $2,900.00 $2,900.00 $3,325.00 $3,325.00 $2,466.00 $2,466.00 $3,742.00 $3,742.00 $7,482.49 $7,482.49
SUBTOTAL, UNIT B:$649,291.00 $532,983.00 $641,106.60 $791,362.96 $960,037.47
Summary:
Unit A. Water Facilities $1,212,030.50 $1,520,264.00 $1,423,459.80 $1,602,397.68 $1,943,401.12
Unit B. Sanitary Sewer Facilities $649,291.00 $532,983.00 $641,106.60 $791,362.96 $960,037.47
Total Base Bid Amount:$1,861,321.50 $2,053,247.00 $2,064,566.40 $2,393,760.64 $2,903,438.59
Payment, Performance and Maintenance
Bonds:$45,000.00 $42,000.00 $46,200.00 $31,119.00 $35,596.15
TOTAL BID:$1,906,321.50 $2,095,247.00 $2,110,766.40 $2,424,879.64 $2,939,034.74
TOTAL WORKING DAYS 150 60/10 75 110 130
Western Municipal
Western Municipal
Blue Star
Blue Star
A & M Construction Acadia Services
A & M Construction Acadia Services
J & L Construction
J & L Construction
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 6
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105464
Revised June 16, 2016
SECTION 00 52 43 1
AGREEMENT 2
THIS AGREEMENT, authorized on 01 May 2025, is made by and between the Developer, 3
Traditions Investors, LLC, authorized to do business in Texas (“Developer”), and Acadia Services, 4
LLC, authorized to do business in Texas, acting by and through its duly authorized 5
representative, (“Contractor”). 6
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 7
as follows: 8
Article 1. WORK 9
Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10
Project identified herein. 11
Article 2. PROJECT 12
The project for which the Work under the Contract Documents may be the whole or only a part 13
is generally described as follows: 14
Northwest Village Onsite Sewer______________________________________________ 15
CPN 105464______________________________________________________________ 16
Article 3. CONTRACT TIME 17
3.1 Time is of the essence. 18
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19
Documents are of the essence to this Contract. 20
3.2 Final Acceptance. 21
The Work will be complete for Final Acceptance within 70 working days after the date 22
when the Contract Time commences to run as provided in Paragraph 12.04 of the 23
Standard City Conditions of the Construction Contract for Developer Awarded Projects. 24
3.3 Liquidated damages 25
Contractor recognizes that time is of the essence of this Agreement and that Developer 26
will suffer financial loss if the Work is not completed within the times specified in 27
Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 28
the Standard City Conditions of the Construction Contract for Developer Awarded 29
Projects. The Contractor also recognizes the delays, expense and difficulties involved in 30
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 6
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105464
Revised June 16, 2016
proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 31
completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 32
that as liquidated damages for delay (but not as a penalty), Contractor shall pay the 33
Developer five hundred fifty-two dollars and thirty-five cents ($552.35) for each day that 34
expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 35
the Final Letter of Acceptance. 36
Article 4. CONTRACT PRICE 37
Developer agrees to pay Contractor for performance of the Work in accordance with the 38
Contract Documents an amount in current funds of five hundred fifty-two thousand three 39
hundred fifty-three dollars and zero cents ($552,353.00). 40
Article 5. CONTRACT DOCUMENTS 41
5.1 CONTENTS: 42
A. The Contract Documents which comprise the entire agreement between Developer 43
and Contractor concerning the Work consist of the following: 44
1. This Agreement. 45
2. Attachments to this Agreement: 46
a. Bid Form (As provided by Developer) 47
1) Proposal Form (DAP Version) 48
2) Prequalification Statement 49
3) State and Federal documents (project specific) 50
b. Insurance ACORD Form(s) 51
c. Payment Bond (DAP Version) 52
d. Performance Bond (DAP Version) 53
e. Maintenance Bond (DAP Version) 54
f. Power of Attorney for the Bonds 55
g. Worker’s Compensation Affidavit 56
3. Standard City General Conditions of the Construction Contract for Developer 57
Awarded Projects. 58
4. Supplementary Conditions. 59
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 6
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105464
Revised June 16, 2016
5. Specifications specifically made a part of the Contract Documents by attachment 60
or, if not attached, as incorporated by reference and described in the Table of 61
Contents of the Project ’s Contract Documents. 62
6. Drawings. 63
7. Addenda. 64
8. Documentation submitted by Contractor prior to Notice of Award. 65
9. The following which may be delivered or issued after the Effective Date of the 66
Agreement and, if issued, become an incorporated part of the Contract 67
Documents: 68
a. Notice to Proceed. 69
b. Field Orders. 70
c. Change Orders. 71
d. Letter of Final Acceptance. 72
73
74
00 52 43 - 4
Developer Awarded Project Agreement
Page 4 of 6
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105464
Revised June 16, 2016
Article 6. INDEMNIFICATION 75
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76
expense, the city, its officers, servants and employees, from and against any and all 77
claims arising out of, or alleged to arise out of, the work and services to be performed by 78
the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 79
this contract. This indemnification provision is specifically intended to operate and be 80
effective even if it is alleged or proven that all or some of the damages being sought 81
were caused, in whole or in part, by any act, omission or negligence of the city . This 82
indemnity provision is intended to include, without limitation, indemnity for costs, 83
expenses and legal fees incurred by the city in defending against such claims and causes 84
of actions. 85
86
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87
the city, its officers, servants and employees, from and against any and all loss, damage 88
or destruction of property of the city, arising out of, or alleged to arise out of, the work 89
and services to be performed by the contractor, its officers, agents, employees, 90
subcontractors, licensees or invitees under this contract. This indemnification provision 91
is specifically intended to operate and be effective even if it is alleged or proven that all 92
or some of the damages being sought were caused, in whole or in part, by any act, 93
omission or negligence of the city. 94
95
Article 7. MISCELLANEOUS 96
7.1 Terms. 97
Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98
the Construction Contract for Developer Awarded Projects. 99
7.2 Assignment of Contract. 100
This Agreement, including all of the Contract Documents may not be assigned by the 101
Contractor without the advanced express written consent of the Developer. 102
7.3 Successors and Assigns. 103
Developer and Contractor each binds itself, its partners, successors, assigns and legal 104
representatives to the other party hereto, in respect to all covenants, agreements and 105
obligations contained in the Contract Documents. 106
00 52 43 - 5
Developer Awarded Project Agreement
Page 5 of 6
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105464
Revised June 16, 2016
7.4 Severability. 107
Any provision or part of the Contract Documents held to be unconstitutional, void or 108
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109
remaining provisions shall continue to be valid and binding upon DEVELOPER and 110
CONTRACTOR. 111
7.5 Governing Law and Venue. 112
This Agreement, including all of the Contract Documents is performable in the State of 113
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114
Northern District of Texas, Fort Worth Division. 115
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. 119
120
IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 121
counterparts. 122
123
This Agreement is effective as of the last date signed by the Parties (“Effective Date”). 124
125
126
46 52 43 6
�evelaper Awarded Praject Agreement
Page 6 of o
127
Contractor:
Acadia �ervices, LLC
sy: �
(5ignature)
erad Catlett
Developer:
Traditions Investnrs, LLC
�1
r '
_ �
sv� � � 1
��
(Signature)
1�
Larry Miller
(Printed Name}
Title: President
Company Name: Acadia Services, LLC
Address:
Acadia Ser�ices, LLC
351 W. Southlake Blvd
Southlake, TX 76092
City/State/Zip: Southlalce, TX 76092
������
�ate
128
(Prir�ted Name)
Title: CE�
Company name: Matrix, mgr ofi Traditions
ln�estors, L�C
Address:
Matrix Equities
10445 N 74`� Street it200
Scoktsdale, AZ 85258
City/State/Zip: Scottsdale, Arizona 85258
�� � � � f U��
Date
CITY OF FQRT WORTH Northzwe5t Village
SfANDARnCDNSTRUCTION SPECkFICATIUN UOCUI�lENTS—DEVEL4PERl5WAR�ER PROJECTS CPN 1054fiA
Re�isecf lune 16, 2016
��
FCCI°��n��Y��
GENERAL POWER OF ATTORNEY
Know ali men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under
the laws of the State of Florida (the "Corporation") does make, constitute and appoint:
Allen Bale; Chris Brower; Dana Mickey; Dane Bubela; Daniel Cakenour; Ericka Hamman; Nikki Adams; Greg Wilkerson; Jason Nobles;
Jennifer Upton; Margery Hali; Parker Hamilton; Samantha Kato; Eyvoune Cantu; BaiLee Isias; Raul Barberena, Jr,
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 na bond or undertaking or contract of suretyship
executed under this authority shall exceed the sum of (not to exceed $30,000,000.00): $30,OQ0,000.00
This Power of Attorney is made and executed by authoriiy of a Resolution adopted by the Board oF Directors. That
resofution also authorized any further action by the o�cers of the Company necessary to effect such transaction.
The signatures below and the seal 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 dufy authorized
o�cers and its corporate Seal to be hereunto affixed, this 23rd day of July , 2020 .
r—
1 ^
Attest: � _ , � ��- '�C '�---
Christina D. Welch, P�esident
FCCI Insurance Company
State of Florida
County of Sarasofa
•'�AANrF •..,
:�g� , . . . rp •.,
: nHF :iAq F'..y'q :
�•LL'� 1SLfil.�� '�.s
,�, -
�F�ON\OP.` .
� (`� �-_
Christopher Shoucair,
EVP, CFO, Treasurer, Secretary
FCCI lnsurance Company
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: 2/27/2027
State of Florida
County of Sarasota
�!'��:�- �ccrsHow
�+� • CanviitNoniEN13i6635
�+yan#r' ErDh�f�beu++Y2►.�!
� c�
c7v� st�
Notary Public
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: 2/27/2027 ; �� �''�`�� �Y�
canneela+tFfN�3S
�arn�P ��F�bnwy7l.20A
CERTIFICATE
, � c
� _ i,c.�� �3"` 6-i;
Notary Public
I, the undersigned Secretary of FCCI Insurance Company, a Florida Corparation, DO 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 Attamey, is now in force.
-�'""��°^ `' Dated this 1 St day of M�y , 2025
• • . -�9,- ' - _-
} ` _ �� � 1 . �� -
��'' � Christopher Shoucair, EVP, CFO, Treasurer, Secretary
��"'• "�; „',�'' ' FCCI Insurance Company
1-IONA-3592-NA-04, 7/202�
IMPORTANT NOTICE
To obtain information or make a complaint:
Yau may call FCCI Insurance Group's (FCCI)" toll-free telephone nurr�ber for information or to make a complaint
at 1-800-226-3224.
You may also write to FCCI Insurance Group Compliance Department e-mail at StateComqlaintsCa�fcci-aroup.com.
For Claims, you may write to FCCI Insurance Group Claim Department e-mai! at newclaim(a�fcci-aroup.com.
You may contact the Texas Department of Insurance to obtain informatfon on companies, coverages, rights or
complaints at 1-800-252-3439.
You may write fhe Texas Department of Insurance:
PO Box 'l49104
Austin TX 78714-9104
Fax: 1-512-490-1007
Web: httq:/Iwww.tdi.texas.aov
E-maiL ConsumerProtectionsCc�tdi.texas.aov
PREMtUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the
dispute is not resolved, you may contact the Texas Department of lnsurance.
ATTACH THIS NO710E TO YOUR BOND
This notice is for information only and does not became a part or condition of the attached documents.
*The FCCI Insurance Group includes the following insurance carriers: Brie�eld Insurance Company, FCCI Advantage
Insurance Company, FCCI Commercial Insurance Company, FCCI �nsurance Company, Monroe Guaranty Insurance
Company, and National Trust Insurance Company.
1-BD-TX-21690-NTP-07 15 Page 1 of 1
Copyright 2015 FCCI Insurance Group.
006213-1
PERFORMANCEBONO
Page 1 of 3
Bond #4410359
1
2
3
4
S
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 6213
PERFORMANCE BOND
§
§
§ KNOW ALL BY THESE PRESENTS:
8 That we, Acadia Services. LLC, known as "PrincipaP' he1"eIfl atld FCCI Insurance Company
9 , a corporate surety(sureties, if more than one) du{y authorized to do
1Q business in the State of Texas, known as "Surety" herein (whether one or more), are held and
11 firmly bound unto the Developer, Traditions Investors. LLC, authorized to do 6usiness in Texas
12 ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal
13 sum of, five hundred fiftV-two thousand three hundred fiftV-three dollars and zero cents
14 f5552,353.001, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas
15 for the payment of which sum well and truly to be made jointly unto the Developer and the City
16 as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns,
17 jointly and severally, firmly by these presents.
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
20 CFA Number CFA24-0070, and
21 WNEREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the 1st day of May 2025, which Contract is hereby referred to and made a part hereof for all
23 purp�ses as if fully set forth herein, to furnish all materials, equipment labor and other
24
2S
accessories defined by law, in the prosecufiion of the Work, including any Change Orders, as
provided for in said Contract designated as Northwest Villa�e.
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall
27 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
28 perform the Work, including Change Orders, under the Contract, according to the plans,
29 specifications, and contract documents therein referred to, and as well during any period of
CI7Y OF FORT WORTH Northwest Village
STANDARD ClN CONDITIONS— DEVELOPER AWARDED PROJECTS CPN 105464
Revised January 31, 2012
00 62 13 2
PERf6RMANCE BOND
Page 2 of 3
1 extension of the Contract that may be granted an the part of the Developer and/or City, then
2 this obligation shall be and become nuN and void, otherwise to remain in fuli force and effect.
3 PROVIDE� FURTHER, that if any legal action be filed on this 8ond, venue shall lie in
4 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
5 Worth Division.
6 This bond is made and executed in compliance with the provisions of Chapter 2253 of
7 the Texas Government Code, as amended, and ail liabilities on this bond shali be determined in
f3
0
1Q
accordance with the provisions of said statue.
IN WITNE55 WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 1st day of May 2025.
11
12
13
14
2S
16
17 A TEST:
18 '
19
- --� - - .— __ - - -
20 ( incipal) Sec y
21
Zz
23
24
25
26 ��'
27 Witness as to Princi 1 �
28
29
30
31
32
33
34
35
36 ATTEST:
37
38 N;A
_— _� _ — - - -
39 (Surety) Secretary,�
40
41 � 1���� �'�
art ara o 5 > >iness
CITY OF FORT WORTH
STANDARD CITY COND�TlONS — DEVELOPER AWARDEO PROJECiS
Revised January 31, Z012
PEZINCIPAL:
Acadia Services, LLC.
BY: \\ ., — - -
Signature
Brad Catlett, President
Name and Title
Address:
Acadia Services, LLC.
351 W. Southlake Blvd
Southiake, TX 76092
SliRETY:
_ FCCI lnsurance Comoany___
-- r`,
t' "^ � � - .
- �,�,�^ -;� 'f�-.
B � . -�- _.f ,�;���
�_ -- , .- i
i" Si_�t�:,.�:e s�� -
' �_ --- " �
,ass
Jennifer Upton Attorn� in-Fact =�� '
Name and Title ��
Adclress: 6300 Universiiy Parkwa� __
Sarasota, FL 34240-8424
Northwest Village
CPN 105464
006213-3
PERfORMANCE BONO
Page 3 of 3
1 Telephone Number: (254) 749-0597
3 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
4 from the by-laws showing that this person has authority to sign such obligation. If
5 Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shal! not be prior to the date the Contract is awarded.
CIN OF FORT WORTH Northwest Village
STANQARD CITY CONDITIONS—pEVELOPERAWARDED PROIECTS CPN 105464
Revised January 31, 2012
00621A-1
PAYMENT BOND
Page 1 of 3
Bond #4410359
1
2
3
4
5
6
7
$
9
10
11
12
13
14
15
16
SECTION 00 6214
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF 7ARRANT
§
§ KNOW ALL BY THESE PRESENTS:
§
That we, Acadia Services, LLC, known as "Principal" herein, and FGCI Insurance Comnany
, a corporate surety ( or sureties if more than one), duly authorized to do
business in the State of Texas, known as "Surety" herein (whether one or more), are held and
firmly bound unto the Developer, 7raditions Investors. LLC, authorized to do business in Texas
"(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the pena)
surn of five hundred fiftv-two thousand three hundred fiftv-three doliars and zero cents
($552,353.001, lawful money of the United States, to be paid in Fort Worth, Tarrant County,
i"exas, for the payment of which sum well and truly be made jointly unto the Developer and the
City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents:
17 WHEREAS, Developer and City have entered into an Agreement for the construction of
18 commun+ty facilities in the City of Fort Worth, by and through a Community Facilities
19 Agreement, CFA Number CFA24-0070; and
20 WHEREAS, Principal has entered into a certain written Contract with Developer,
21 awarded the 1st day of MaY, 2025, which Contract is hereby referred to and made a part hereof
22 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other
23 accessories as defined by law, in the prosecution of the Work as provided for in said Contract
24 and designated as Northwest Vi11a�e.
25 NOW, THEREFORE, THE CONDITION OF 7HIS OBLIGATION is such that if Principa� shall
26 pay alf monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of
27 the Texas Government Code, as amended) in the prosecution of the Work under the Contract,
28 then this obligation shall be and become null and void; otherwise to remain in full force and
29 effect.
CITY OF FORT WORTH NORTHWEST VILLAGE
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised January 31, 2012
0o sz ia i
PAYME(VT 60ND
Page 2 of 3
1 This bond is made and ex`�c«ted in compliance with the provisions of Chapter 2253 of
2 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statute.
4
5
�
IN WITNESS WHEREOF, the Principal and Surety have each SiGNED and SEALED this
instrument by dufy authorized agents and officers on this the 1st day of May• 2025.
7
8
9
10
11
12
13 A TEST:
14 '. n
15 ��i—
16 (Pr�ncipal} Se t
17
1$
19
20
21
22 G.
— - — -- --
23 it ss as to Prin p
24
25
26
27
20
29
30
31
32 ATTEST:
33
34 NrA
35 (Surety) Secretary�
36
37 �-� � v=`. _ - --
38 Kaitl Tarango. Surety VVitness
39
PRTNCIPAL:
Acadia Services, LLC.
BY. -
Signature
Brad Catlett, President
Name and Title
Address:
Acadia Services, LLC.
351 W. Southlake Blvd
Southlake. TX 76092
SURETY:
FCCI Insurance Company
_ _ �.=- �,_ _�
_ 3 . � i __ _ --
- j � �_
�i�� _-��-' � � � i �' "^ �
--\ � • / �' UL'[]1.+ YS
- `. i�n:uur, i ;
�.. ': `, _ �� • �
Jeni�ifer�Upton, Attorney-in-Flct �`'����•�'•=�
Name and Title
Address: 6300 University Parkwav
Sarasota, FL 3�240-8424
Telephone Number: (254) 749-0597_ _
40 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
41 by}aws showing that this person has authority to sign such obligation. if Surety's physical
42 address is different from its mailing address, both must be provided.
CITY Of FORT WORTH NORTHWESiVILLAGE
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJ[CTS City Project No. 105464
Revised January 31, 2012
006214-3
2 The date of the bond shall not be prior to the date the Contract is awarded.
3 END OF SECTION
CI7Y OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROlECTS
Revised January 31, 2012
PAYMENT BOND
Page 3 of 3
NORTHWfST VILLAGE
City Project No. 105464
00 62 19 - 1
MAINTENANCE BpND
Page 1 of 3
Bond #4410359
1
2
3
4
5
6
7
THE STATE OF TEXAS §
SECTION 00 6219
MAINTENANCE BOND
§ KNOW A!L BY THESE PRESENTS:
COUNTY OF TARRANT §
That we Acadia Services, LLC, known as "Principal" herein and FCCI Insurance Company
8 , a corporate surety (sureties, if more than one) duly authorized to do
9 business in the State of Texas, known as "Surety" herein (whether one or more), are held and
10 firmly bound unto the Developer, Traditions lnvestors, LLC, authorized to do business in Texas
11 ("Developer"j and the City of Fort Worhh, a 7exas municipal corporation ("City"), in the sum of
12 five hundred fiftv-two thousand three hundred fifty-three dollars and zero cents ($552.353.001,
13 lawful money of the United 5tates, to be paid in Fort Worth, Tarrant County, Texas, for payment
14 of which sum well and truly be made jointly unto the Devefoper and the City as dual obligees
15 and their successors, we bind ourselves, our heirs, executors, administrators, successors and
16 assigns, jointiy and severaNy, firmly by these presents.
17
18 WIiEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
20 CFA Number CFA24-0070; and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the 1st day M 1, 2025, which Contract is hereby referred to and a made part hereof for
23 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
24 accessories as defined by law, in the prosecution of the Work, including any Work resulting from
25 a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract
26 and designated as Northwest Village; and
27
28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
29 accordance with the plans, specifications and Contract Documents that the Work is and will
CITY OF fORT WORTH Northwest Village
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105464
Revised January 31, 2012
ooezi9-z
MAINTENANCE BONp
Page 2 of 3
1 remain free from defects in materials or workmanship for and during the period of two (2) years
2 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
3
4 WNEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
5 receiving notice from the Developer and/or City of the need thereof at any time within the
6 Maintenance Period.
7
8 NOW 7HEREFCIRE, the condition of this obligation is such that if Principal shall remedy
9 any defective Work, for which timely notice was provided by Developer or City, to a completion
10 satisfactory to the City, then this obligation shali become null and void; otherwise to remain in
11 full farce and effect.
12
13 PROVIDED, HOWEVER, if Principal shalf fail so to repair or reconstruct any timely
14 noticed defective Work, it is agreed that the Developer or City may cause any and all such
15 defective Work to be repaired and/or reconstructed with all associated costs thereaf being
16 borne by the Principa( and the Surety under this Maintenance Bond; and
17
18 PROVtDED FURTHER, that if any legal action be filed on this Bond, venue shall !ie in
19 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
20 Worth Division; and
21
22 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
23 recoveries may be had hereon for successive breaches.
24
CITY OF FORT WORTH Northwest Village
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROIECTS City Project No. 105464
Revised lanuary 31, 2012
00 6z i9 - s
MAINTENAfVCE BOND
Page 3 of 3
1
2
IN WITNESS WHEREOF, the Principaf and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the Zst day of May 2025.
3
4
S
6
7
8
s
10 EST:
11
12 i �l/1C���
13 (Pr�ncipal) Se ary
14 �
15
16
17
18 --_ _
19 ni
20 Wim s as to rincipal
21
22
23
24
25
26
27
28
24 ATTEST:
30
31 �'�
32 (Surety) Secretary
33 . _ �.
34 �`�_. -'� k � �- � -
,'" ; �?
35 Kai�!_ � Tarango �Ei'rcn Wimess
PRINCIPAL:
Acadia Services, LLC.
BY":
ignature - - --
Brad Catlett. President
Name and Ti[le
Address:
Acadia Services. LLC
351 W. Southlake Blvd
Southlake, TX 76092
S Li RETY:
1�( LI Insui inr� Cuntl� in�
- - -_� _ ��r� —
�'t.� � C,G��. � _ - ' . .
SFAT, r .
� � , - ,
ti, � 4:�t�..
if�� i•
;� =`.::..::' -�•°:
__ JenniferUpton, Attorney-in-Fact __ '
Name and Title
Address: 6300 Universitv Parkwav
-��s44a�L�4240-8424 _..
"Ielephune Nwnber: (2jq) 749-0597 ___
36 *Note: If signed by a�� officer of the Surety Company, there must be on file a certified extract
37 from the by-laws showing that this person has authority to sign such obligation. If
38 Surety's physicai address is different from its mailing address, both must be provided.
39
40 The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Northwest Village
STANDARD CITY CONUITIONS — DEVEI.OPER AWARDED PROIECTS City Project No. 105464
Revised January 31, 2012
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105464
Revised December 20, 2012
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Summary of Work to be performed in accordance with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, then the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105464
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 105464
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 104864
Revised August, 30, 2013
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Air Pollution Watch Days 10
e. Use of Explosives, Drop Weight, Etc. 11
f. Water Department Notification 12
g. Public Notification Prior to Beginning Construction 13
h. Coordination with United States Army Corps of Engineers 14
i. Coordination within Railroad permits areas 15
j. Dust Control 16
k. Employee Parking 17
18
B. Deviations from this City of Fort Worth Standard Specification 19
1. None. 20
C. Related Specification Sections include, but are not necessarily limited to: 21
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22
2. Division 1 – General Requirements 23
3. Section 33 12 25 – Connection to Existing Water Mains 24
25
1.2 REFERENCES 26
A. Reference Standards 27
1. Reference standards cited in this Specification refer to the current reference 28
standard published at the time of the latest revision date logged at the end of this 29
Specification, unless a date is specifically cited. 30
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31
High Voltage Overhead Lines. 32
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 33
Specification 34
1.3 ADMINISTRATIVE REQUIREMENTS 35
A. Coordination with the Texas Department of Transportation 36
1. When work in the right-of-way which is under the jurisdiction of the Texas 37
Department of Transportation (TxDOT): 38
a. Notify the Texas Department of Transportation prior to commencing any work 39
therein in accordance with the provisions of the permit 40
Northwest Village
City Project No. 105464
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 104864
Revised August, 30, 2013
b. All work performed in the TxDOT right-of-way shall be performed in 1
compliance with and subject to approval from the Texas Department of 2
Transportation 3
B. Work near High Voltage Lines 4
1. Regulatory Requirements 5
a. All Work near High Voltage Lines (more than 600 volts measured between 6
conductors or between a conductor and the ground) shall be in accordance with 7
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8
2. Warning sign 9
a. Provide sign of sufficient size meeting all OSHA requirements. 10
3. Equipment operating within 10 feet of high voltage lines will require the following 11
safety features 12
a. Insulating cage-type of guard about the boom or arm 13
b. Insulator links on the lift hook connections for back hoes or dippers 14
c. Equipment must meet the safety requirements as set forth by OSHA and the 15
safety requirements of the owner of the high voltage lines 16
4. Work within 6 feet of high voltage electric lines 17
a. Notification shall be given to: 18
1) The power company (example: ONCOR) 19
a) Maintain an accurate log of all such calls to power company and record 20
action taken in each case. 21
b. Coordination with power company 22
1) After notification coordinate with the power company to: 23
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24
lower the lines 25
c. No personnel may work within 6 feet of a high voltage line before the above 26
requirements have been met. 27
C. Confined Space Entry Program 28
1. Provide and follow approved Confined Space Entry Program in accordance with 29
OSHA requirements. 30
2. Confined Spaces include: 31
a. Manholes 32
b. All other confined spaces in accordance with OSHA’s Permit Required for 33
Confined Spaces 34
D. Use of Explosives, Drop Weight, Etc. 35
1. When Contract Documents permit on the project the following will apply: 36
a. Public Notification 37
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38
prior to commencing. 39
2) Minimum 24 hour public notification in accordance with Section 01 31 13 40
E. Water Department Coordination 41
1. During the construction of this project, it will be necessary to deactivate, for a 42
period of time, existing lines. The Contractor shall be required to coordinate with 43
the Water Department to determine the best times for deactivating and activating 44
those lines. 45
Northwest Village
City Project No. 105464
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 104864
Revised August, 30, 2013
2. Coordinate any event that will require connecting to or the operation of an existing 1
City water line system with the City’s representative. 2
a. Coordination shall be in accordance with Section 33 12 25. 3
b. If needed, obtain a hydrant water meter from the Water Department for use 4
during the life of named project. 5
c. In the event that a water valve on an existing live system be turned off and on 6
to accommodate the construction of the project is required, coordinate this 7
activity through the appropriate City representative. 8
1) Do not operate water line valves of existing water system. 9
a) Failure to comply will render the Contractor in violation of Texas Penal 10
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11
will be prosecuted to the full extent of the law. 12
b) In addition, the Contractor will assume all liabilities and 13
responsibilities as a result of these actions. 14
F. Public Notification Prior to Beginning Construction 15
1. Prior to beginning construction on any block in the project, on a block by block 16
basis, prepare and deliver a notice or flyer of the pending construction to the front 17
door of each residence or business that will be impacted by construction. The notice 18
shall be prepared as follows: 19
a. Post notice or flyer 7 days prior to beginning any construction activity on each 20
block in the project area. 21
1) Prepare flyer on the Contractor’s letterhead and include the following 22
information: 23
a) Name of Project 24
b) City Project No (CPN) 25
c) Scope of Project (i.e. type of construction activity) 26
d) Actual construction duration within the block 27
e) Name of the contractor’s foreman and phone number 28
f) Name of the City’s inspector and phone number 29
g) City’s after-hours phone number 30
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31
A. 32
3) Submit schedule showing the construction start and finish time for each 33
block of the project to the inspector. 34
4) Deliver flyer to the City Inspector for review prior to distribution. 35
b. No construction will be allowed to begin on any block until the flyer is 36
delivered to all residents of the block. 37
G. Public Notification of Temporary Water Service Interruption during Construction 38
1. In the event it becomes necessary to temporarily shut down water service to 39
residents or businesses during construction, prepare and deliver a notice or flyer of 40
the pending interruption to the front door of each affected resident. 41
2. Prepared notice as follows: 42
a. The notification or flyer shall be posted 24 hours prior to the temporary 43
interruption. 44
b. Prepare flyer on the contractor’s letterhead and include the following 45
information: 46
1) Name of the project 47
2) City Project Number 48
Northwest Village
City Project No. 105464
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 104864
Revised August, 30, 2013
3) Date of the interruption of service 1
4) Period the interruption will take place 2
5) Name of the contractor’s foreman and phone number 3
6) Name of the City’s inspector and phone number 4
c. A sample of the temporary water service interruption notification is attached as 5
Exhibit B. 6
d. Deliver a copy of the temporary interruption notification to the City inspector 7
for review prior to being distributed. 8
e. No interruption of water service can occur until the flyer has been delivered to 9
all affected residents and businesses. 10
f. Electronic versions of the sample flyers can be obtained from the Project 11
Construction Inspector. 12
H. Coordination with United States Army Corps of Engineers (USACE) 13
1. At locations in the Project where construction activities occur in areas where 14
USACE permits are required, meet all requirements set forth in each designated 15
permit. 16
I. Coordination within Railroad Permit Areas 17
1. At locations in the project where construction activities occur in areas where 18
railroad permits are required, meet all requirements set forth in each designated 19
railroad permit. This includes, but is not limited to, provisions for: 20
a. Flagmen 21
b. Inspectors 22
c. Safety training 23
d. Additional insurance 24
e. Insurance certificates 25
f. Other employees required to protect the right-of-way and property of the 26
Railroad Company from damage arising out of and/or from the construction of 27
the project. Proper utility clearance procedures shall be used in accordance 28
with the permit guidelines. 29
2. Obtain any supplemental information needed to comply with the railroad’s 30
requirements. 31
J. Dust Control 32
1. Use acceptable measures to control dust at the Site. 33
a. If water is used to control dust, capture and properly dispose of waste water. 34
b. If wet saw cutting is performed, capture and properly dispose of slurry. 35
K. Employee Parking 36
1. Provide parking for employees at locations approved by the City. 37
Northwest Village
City Project No. 105464
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 104864
Revised August, 30, 2013
1.4 SUBMITTALS [NOT USED] 1
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.6 CLOSEOUT SUBMITTALS [NOT USED] 3
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.8 QUALITY ASSURANCE [NOT USED] 5
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.10 FIELD [SITE] CONDITIONS [NOT USED] 7
1.11 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.3.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
13
Northwest Village
City Project No. 105464
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 104864
Revised August, 30, 2013
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14
15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
Northwest Village
City Project No. 105464
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Northwest Village
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 104864
Revised August, 30, 2013
EXHIBIT B 1
2
3
4
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
Northwest Village
City Project No. 105464
32 01 29 - 1
CONCRETE PAVING REPAIR
Page 1 of 4
CITY OF FORT WORTH RaceTrac Risinger
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656
Revised December 20, 2012
SECTION 32 01 29 1
CONCRETE PAVING REPAIR 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section includes: 5
1. Concrete pavement repair to include, but not limited to: 6
a. Utility cuts (water, sanitary sewer, drainage, etc.) 7
b. Warranty work 8
c. Repairs of damage caused by Contractor 9
d. Any other concrete pavement repair needed during the course of construction 10
B. Deviations from this City of Fort Worth Standard Specification 11
1. None. 12
C. Related Specification Sections include, but are not necessarily limited to: 13
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14
2. Division 1 - General Requirements 15
3. Section 32 01 18 - Temporary Asphalt Paving Repair 16
4. Section 32 12 16 - Asphalt Paving 17
5. Section 32 13 13 - Concrete Paving 18
6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 19
1.2 PRICE AND PAYMENT PROCEDURES 20
A. Measurement and Payment 21
1. Concrete Pavement Repair 22
a. Measurement 23
1) Measurement for this Item shall be by the square yard of Concrete 24
Pavement Repair for various: 25
a) Street types 26
2) Limits of repair will be based on the time of service of the existing 27
pavement. The age of the pavement will need to be determined by the 28
Engineer through coordination with the City. For pavement ages: 29
a) 10 years or less: repair entire panel 30
b) Greater than 10 years: repair to limits per Drawings 31
b. Payment 32
1) The work performed and materials furnished in accordance with this Item 33
and measured as provided under “Measurement” shall be paid for at the 34
unit price bid per square yard of Concrete Pavement Repair 35
c. The price bid shall include: 36
1) Shaping and fine grading the placement area 37
2) Furnishing and applying all water required 38
3) Furnishing, loading and unloading, storing, hauling and handling all 39
concrete 40
32 01 29 - 2
CONCRETE PAVING REPAIR
Page 2 of 4
CITY OF FORT WORTH RaceTrac Risinger
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656
Revised December 20, 2012
4) Furnishing, loading and unloading, storing, hauling and handling all base 1
material 2
5) Mixing, placing, finishing and curing all concrete 3
6) Furnishing and installing reinforcing steel 4
7) Furnishing all materials and placing longitudinal, warping, expansion and 5
contraction joints, including all steel dowels, dowel caps and load 6
transmission units required, wire and devices for placing, holding and 7
supporting the steel bar, load transmission units, and joint filler in the 8
proper position; for coating steel bars where required by the Drawings 9
8) Sealing joints 10
9) Monolithically poured curb 11
10) Cleanup 12
1.3 REFERENCES [NOT USED] 13
1.4 ADMINISTRATIVE REQUIREMENTS 14
A. Permitting 15
1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 16
and Public Works Department in conformance with current ordinances. 17
2. Transportation and Public Works Department will inspect paving repair after 18
construction. 19
1.5 SUBMITTALS [NOT USED] 20
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 21
A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 22
1.7 CLOSEOUT SUBMITTALS [NOT USED] 23
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24
1.9 QUALITY ASSURANCE [NOT USED] 25
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26
1.11 FIELD CONDITIONS 27
A. Weather Conditions: Place concrete as specified in Section 32 13 13. 28
1.12 WARRANTY [NOT USED] 29
PART 2 - PRODUCTS 30
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 31
2.2 MATERIALS 32
A. Embedment and Backfill: see Section 33 05 10. 33
B. Base material: Concrete base: see Section 32 13 13. 34
C. Concrete: see Section 32 13 13. 35
1. Concrete paving: Class H or Class HES. 36
32 01 29 - 3
CONCRETE PAVING REPAIR
Page 3 of 4
CITY OF FORT WORTH RaceTrac Risinger
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656
Revised December 20, 2012
2. Replace concrete to the specified thickness. 1
2.3 ACCESSORIES [NOT USED] 2
2.4 SOURCE QUALITY CONTROL [NOT USED] 3
PART 3 - EXECUTION 4
3.1 INSTALLERS [NOT USED] 5
3.2 EXAMINATION [NOT USED] 6
3.3 PREPARATION 7
A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 8
of one repair to the edge of a second repair. 9
B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 10
traffic. 11
1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 12
to the existing pavement to create a smooth riding surface. 13
a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. 14
C. Surface Preparation: mark pavement cut repairs for approval by the City. 15
3.4 INSTALLATION 16
A. Sawing 17
1. General 18
a. Saw cut perpendicular to the surface to full pavement depth. 19
b. Saw cut the edges of pavement and appurtenances damaged subsequent to 20
sawing to remove damaged areas. 21
c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 22
2. Sawing equipment 23
a. Power-driven 24
b. Manufactured for the purpose of sawing pavement 25
c. In good operating condition 26
d. Shall not spall or facture concrete adjacent to the repair area 27
3. Repairs: In true and straight lines to dimensions shown on the Drawings 28
4. Utility Cuts 29
a. In a true and straight line on both sides of the trench 30
b. Minimum of 12 inches outside the trench walls 31
5. Prevent dust and residues from sawing from entering the atmosphere or drainage 32
facilities. 33
B. Removal 34
1. Use care in removing concrete to be repaired to prevent spalling or fracturing 35
concrete adjacent to the repair area. 36
C. Base: as specified in Drawings 37
D. Concrete Paving 38
1. Concrete placement: in accordance with Section 32 13 13. 39
32 01 29 - 4
CONCRETE PAVING REPAIR
Page 4 of 4
CITY OF FORT WORTH RaceTrac Risinger
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656
Revised December 20, 2012
2. Reinforce concrete replacement: as specified in Drawings 1
3.5 REPAIR/RESTORATION [NOT USED] 2
3.6 RE-INSTALLATION [NOT USED] 3
3.7 FIELD QUALITY CONTROL [NOT USED] 4
3.8 SYSTEM STARTUP [NOT USED] 5
3.9 ADJUSTING [NOT USED] 6
3.10 CLEANING [NOT USED] 7
3.11 CLOSEOUT ACTIVITIES [NOT USED] 8
3.12 PROTECTION [NOT USED] 9
3.13 MAINTENANCE [NOT USED] 10
3.14 ATTACHMENTS [NOT USED] 11
END OF SECTION 12
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.2.A – Modified Items to be included in price bid; Added blue text for clarification
of repair width on utility trench repair
2.2.C.1 – Changed to Class P to Class H
13
������/����������
LED PILOT PROGRAM
CFW LED Residential
100 - 150W Replacement
Specification
December 2 013
City of Fort Worth
Specification for Residential LED Roadway Luminaires
PART 1— GENERAL
1.1. REFERENCES
The publications listed below form a part of this specification to the extent referenced.
Publications are referenced within the text by their basic designation only. Versions listed shall
be superseded by updated versions as they become available.
A. American National Standards Institute (ANSI)
1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting
Equipment—Luminaire Voltage Classification
2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting
Equipment - Locking-Type Photocontrol Devices and Mating Receptacle Physical and
Electrical Interchangeability and Testing
3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting
Equipment— Luminaire Field Identification
4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area
Lighting Equipment — Internal Labeling of Luminaires
5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting
Equipment — Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for
Luminaire Enclosures
C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment—
Luminaire Vibration
7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting
Equipment - Solid State Light Sources Used in Roadway and Area Lighting
B. American SocietyforTesting and Materials International (ASTM)
1. B117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus
2. D1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated
Specimens Subjected to Corrosive Environments
3. D523-08 (or latest), Standard Test Method for Specular Gloss
4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV
Exposure of Nonmetallic Materials
C. Council of the European Union (EC)
1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous
substances in electrical and electronic equipment
D. Federal Trade Commission (FTC)
1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims
E. Illuminating Engineering Society of North America (IESNA or IES)
1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance
2. HB-10-11 (or latest), IES Lighting Handbook, 10t" Edition
3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting
Installations
4. LM-61-06 (or latest), IESNA Approved Guide for ldentifying Operating Factors
Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity
Discharge (HID) Luminaires
S. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric
Measurements of Solid-Sate Lighting Products
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 1
City of Fort Worth
Specification for Residential LED Roadway Luminaires
6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of
LED Light Sources
7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway
Lighting
8. RP-16-10 (or latest), ANSI/IES Nomenclature and Definitions for Illuminating Engineering
9. TM-3-95 (or latest), A Discussion of Appendix E-"Classification of Luminaire Lighting
Distribution," from ANSI/IESNA RP-8-83
10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires
11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources
F. Institute of Electrical and Electronics Engineers (IEEE)
1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of
Surges in Low-Voltage (1000 V and less) AC Power Circuits
2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for
Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits
G. National Electrical Manufacturers Association (NEMA)
1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the
Chromaticity of Solid State Lighting Products
H. National Fire Protection Association (NFPA)
1. 70 — National Electrical Code (NEC)
I. Underwriters Laboratories (UL)
1. 1449, Surge Protective Devices
2. 1598, Luminaires
3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products
1.2.RELATED DOCUMENTS
A. Contract Drawings and conditions of Contract (including General Conditions, Addendum to the
General Conditions, Special Conditions, Division 01 Specifications Sections and all other Contract
Documents) apply to the work of this section.
a. See the separate Specification for Adaptive Control and Remote Monitoring of LED
Roadway Luminaires for additional driver performance and interface requirements.
1.3. DEFINITIONS
A. Lighting terminology used herein is defined in IES RP-16. See referenced documents for
additional definitions.
Exception: The term "driver" is used herein to broadly cover both drivers and power
supplies, where applicable.
Clarification: The term "LED light source(s)" is used herein per IES LM-80 to broadly
cover LED package(s), module(s), and array(s).
1.4. QUALITY ASSURANCE
A. Before approval and purchase, Owner may request luminaire sample(s) identical to product
configuration(s) submitted for inspection. Owner may request IES LM-79 testing of luminaire
sample(s) to verify performance is within manufacturer-reported tolerances.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 2
City of Fort Worth
Specification for Residential LED Roadway Luminaires
B. After installation, Owner may perform IES LM-50 field measurements to verify performance
requirements outlined in Appendix A, giving consideration to measurement uncertainties
outlined in IES LM-61.
1.5. LIGHTING SYSTEM PERFORMANCE
A. Energy Conservation
1. Connected Load
a. Luminaires shall have maximum nominal luminaire input wattage as specified
for each luminaire type in Appendix A.
2. Lighting Controls
a. See separate controls specification identified in section 1.2 above, if applicable.
b. See section 2.1-B below for driver control interface and performance
requirements.
c. See section 2.1-K below for photocontrol receptacle requirements.
B. Photometric Requirements
1. Luminaires shall meet the general criteria provided in the body of this specification and
the particular criteria for each luminaire type defined in Appendix A.
1.6. REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A
A. General submittal content shall include
1. Completed Appendix E submittal form
2. Luminaire cutsheets
3. Cutsheets for LED light sources
4. Cutsheets for LED driver(s)
a. If dimmable LED driver is specified, provide diagrams illustrating light output
and input power as a function of control signal.
S. Cutsheets for surge protection device, if applicable
6. Instructions for installation and maintenance
7. Summary of luminaire recycled content and recyclability per the FTC Green Guides,
expressed by percentage of luminaire weight
B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include
1. Name of test laboratory
a. The test laboratory must hold National Voluntary Laboratory Accreditation
Program (NVLAP) accreditation for the IES LM-79 test procedure or must be
qualified, verified, and recognized through the U.S. Department of Energy's
CALiPER program. For more information, see
http://ts.nist.�ov/standards/scopes/eelit.htm or
www.ssl.ener�v.�ov/test labs.html.
2. Report number
3. Date
4. Complete luminaire catalog number
a. Provide explanation if catalog number in test report(s) does not match catalog
number of luminaire submitted
i. Clarify whether discrepancy does not affect performance, e.g., in the
case of differing luminaire housing color.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 3
City of Fort Worth
Specification for Residential LED Roadway Luminaires
ii. If nominal performance of submitted and tested products differ, submit
additional LM-79 report(s) and derivation as indicated in Appendix C.
Description of luminaire, LED light source(s), and LED driver(s)
Goniophotometry
C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not
less than 36,000 operating hours
D. Computer-generated point-by-point photometric analysis of maintained photopic light levels as
per Appendix A
1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF =
LLD x LDD x LATF, and
a. Lamp Lumen Depreciation (LLD)
i. Shall be 0.95.
ii. Shall be the percentage of initial output calculated in section 1.6-C.
b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and
gasketed roadway luminaire installed in an environment with less than 150
µg/m3 airborne particulate matter and cleaned every four years.
c. Luminaire Ambient Temperature Factor (LATF) = 1.00
2. Calculation/measurement points shall be per IES RP-8.
E. Summary of reliability testing performed for LED driver(s)
F. Written product warranty as per section 1.7 below
G. Safety certification and file number
1. Applicable testing bodies are determined by the US Occupational Safety Health
Administration (OSHA) as Nationally Recognized Testing Laboratories (NRTL) and
include: CSA (Canadian Standards Association), ETL (Edison Testing Laboratory), and UL
(Underwriters Laboratory).
H. Buy American documentation
1. Manufacturers listed on the current NEMA Listing of Companies Offering Outdoor
Luminaires Manufactured in U.S.A. for Recovery Act Projects need only provide a copy
of the document.
2. Other manufacturers shall submit documentation as per the DOE Guidance on
Documenting Compliance with the Recovery Act Buy American Provisions
(htta://wwwl.eere.ener�v.�ov/recoverv/buv american provision.html).
1.7. WARRANTY
A. Provide a minimum ten-year warranty covering maintained integrity and functionality of
1. Luminaire housing, wiring, and connections
2. LED light source(s)
a. Negligible light output from more than 10 percent of the LED packages
constitutes luminaire failure.
3. LED driver(s)
B. Warranty period shall begin 90 days after date of invoice, or as negotiated by owner such as in
the case of an auditable asset management system.
PART 2 — PRODUCTS
2.1.LUMINAIRE REQUIREMENTS
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 4
City of Fort Worth
Specification for Residential LED Roadway Luminaires
A. General Requirements
1. Luminaires shall be as specified for each type in Appendix A.
2. Luminaire shall have an external label per ANSI C136.15
3. Luminaire shall have an internal label per ANSI C136.22.
4. Luminaire to have internal label of manufactured date visible when drive compartment
opened.
5. Nominal luminaire input wattage shall account for nominal applied voltage and any
reduction in driver efficiency due to sub-optimal driver loading.
6. Luminaires shall start and operate in -20°C to +40°C ambient.
7. Electrically test fully assembled luminaires before shipment from factory.
8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values
indicated in Appendix A.
9. Luminaires shall be designed for ease of component replacement and end-of-life
disassembly.
10. Luminaires shall have tool-less entry for access to driver compartment
11. Luminaires shall be a minimum of IP65 rated
12. Luminaires must be available in 4000 K and 3000 K options
13. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A.
14. LED light source(s) and driver(s) shall be RoHS compliant.
15. Transmissive optical components shall be applied in accordance with OEM design
guidelines to ensure suitability for the thermal/mechanical/chemical environment.
B. Driver
1. Rated case temperature shall be suitable for operation in the luminaire operating in the
ambient temperatures indicated in section 2.1-A above.
2. Shall have a drive current no higher than 700mA
3. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall
operate normally for input voltage fluctuations of plus or minus 10 percent.
4. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified
voltage range.
Control signal interface
a. Luminaire types indicated "Required" in Appendix A shall accept a control signal
as specified via separate controls specification referenced in section 1.2 above,
e.g., for dimming.
b. Luminaire types indicated "Not Required" in Appendix A need not accept a
control signal.
C. Electrical immunity
1. Luminaire shall meet the "Basic" requirements in Appendix D. Manufacturer shall
indicate on submittal form (Appendix E) whether failure of the electrical immunity
system can possibly result in disconnect of power to luminaire.
2. Luminaire shall meet the "Elevated" requirements in Appendix D. Manufacturer shall
indicate on submittal form (Appendix E) whether failure of the electrical immunity
system can possibly result in disconnect of power to luminaire.
D. Electromagnetic interference
1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and
across specified voltage range.
2. Shall comply with FCC 47 CFR part 15 non-consumer RFI/EMI standards.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 5
City of Fort Worth
Specification for Residential LED Roadway Luminaires
C
F
G
H
Electrical safety testing
1. Luminaire shall be listed for wet locations by an OSHA NRTL.
2. Luminaires shall have locality-appropriate governing mark and certification.
Painted or finished luminaire components exposed to the environment
1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117.
2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after
500 hours of QUV testing at ASTM G154 Cycle 6.
Thermal management
1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate
hose-down cleaning and discourage debris accumulation.
2. Liquids or other moving parts shall be clearly indicated in submittals, shall be consistent
with product testing, and shall be subject to review by Owner.
IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each
luminaire type in Appendix A.
1. Calculation of BUG Ratings shall be for initial (worst-case) values, i.e., Light Loss Factor
(LLF) = 1.0.
2. If luminaires are tilted upward for calculations in section 1.6-D, BUG Ratings shall be
calculated for the same angle(s) of tilt.
Minimum Color Rendering Index (CRI): 70.
Correlated Color Temperature (CCT)
1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv
shall be as listed in Table 1.
Table 1. Allowable CCT and Duv (adapted from NEMA C78.377)
Manufacturer-Rated Allowable LM-79 Chromaticity Values
Nominal CCT (K) Measured CCT (K) Measured Duv
2700 2580 to 2870 -0.006 to 0.006
3000 2870 to 3220 -0.006 to 0.006
3500 3220 to 3710 -0.006 to 0.006
4000 3710 to 4260 -0.005 to 0.007
4500 4260 to 4746 -0.005 to 0.007
5000 4745 to 5311 -0.004 to 0.008
5700 5310 to 6020 -0.004 to 0.008
6500 6020 to 7040 -0.003 to 0.009
2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv
shall be as per the criteria for Flexible CCT defined in NEMA C78.377.
K. The following shall be in accordance with corresponding sections of ANSI C136.37
1. Wiring and grounding
a. All internal components shall be assembled and pre-wired using modular
electrical connections.
2. Mounting provisions
a. Specific configurations are indicated in Appendix A
3. Terminal blocks for incoming AC lines
4. Photocontrol receptacle
S. Latching and hinging
6. Ingress protection
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 6
City of Fort Worth
Specification for Residential LED Roadway Luminaires
2.2. PRODUCT MANUFACTURERS
A. Any manufacturer offering products that comply with the required product performance and
operation criteria may be considered.
2.3. MANUFACTURER SERVICES
A. Manufacturer or local sales representative shall provide installation and troubleshooting
support via telephone and/or email.
END OF SECTION
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 7
City of Fort Worth
Specification for Residential LED Roadway Luminaires
APPENDIX A
MATERIAL SPECIFICATION
LUMINAIRE TYPE "A"
EXISTING LUMINAIRE TO BE REPLACED
(FOR REFERENCE ONLY)
BENCHMARK
LUMINAIRE:
LENS:
I IESl FORWARD TYPE:
IE51 LATERAL TYPE:
INPUT POWER:
I NOMINAL CCT:
PHOTOPICZ DOWNWARD
LUMINAIRE OUTPUT:
I CUTOFF CLASSIFICATION
I VOLTAGE:
I FINISH:
I WEIGHT:
I EPA:
MOUNTING:
Lamp wattage and type
Initial downward luminaire output (lumens below horizontal)
Light loss factor
❑ Flat ("cutoff" style) 0 Sag/drop
❑I ❑II 0111 ❑IV ❑V ❑VS
❑ Very short ❑ Short � Medium ❑ Long ❑ Very long
PERFORMANCE CRITERIA: LED LUMINAIRE
Max. nominal luminaire input power
Rated correlated colortemperature
Minimum maintained luminaire output below horizontal
Full Cutoff Only
Nominal luminaire input voltage
Luminaire housing finish color
Maximum luminaire weight
Maximum effective projected area
Mtg. method �❑ Post-top 0 Side-arm
Tenon nominal pipe size (NPS)
I VIBRATION: ANSI test level
IDRIVER: Control signal interface
100 W HPS/ 150W
MH
0.80
105 W
3000 K
120/208/240 V
Gray
30 Ib
0.7 ft2
❑ Trunnion/yoke ❑ Swivel-tenon
I 1-1/4" to 2-3/8"
0 Level 1(normal) ❑ Level 2(bridge/overpass)
0 Not required ❑ Required
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 F a g e � 8
Appendix B
Estimating LED Lumen Maintenance
IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent
of such extrapolation is limited by the duration of testing completed and the number of samples used in
the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen
depreciation (LLD) at end of lumen maintenance life per section 1.6-C.
The applicant may estimate lumen maintenance in one of two ways:
Option 1: Component Performance
Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen
maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and
LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below
must be met. If ANY of the conditions is not met, the component performance option may not
be used and the applicant must use Option 2 for compliance.
1. The LED light source(s) have been tested according to LM-80.
2. The LED drive current specified by the luminaire manufacturer is less than or equal to the
drive current specified in the LM-80 test report.
3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement
point (TS) on the light source(s).
4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of
in situ temperature. Access via a temporary hole in the housing, tightly resealed during
testing with putty or other flexible sealant is allowable.
5. For the hottest LED light source in the luminaire, the temperature measured at the Ts
during ISTMT is less than or equal to the temperature specified in the LM-80 test report
for the corresponding drive current or higher, within the manufacturer's specified
operating current range.
a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized
Testing Lab (NRTL), must be qualified, verified, and recognized through DOE's
CALiPER program, or must be recognized through UL's Data Acceptance Program.
b. The ISTMT must be conducted with the luminaire installed in the appropriate
application as defined by ANSI/UL 1598 (hardwired luminaires), with bird-fouling
appropriately simulated (and documented by photograph) as determined by the
manufacturer.
Option 2: Luminaire Performance
Under this compliance path, the applicant must submit TM-21 calculations based on LM-79
photometric test data for no less than three samples of the entire luminaire. Duration of
operation and interval between photometric tests shall conform to the TM-21 criteria for LED
light sources. For example, testing solely at 0 and 6000 hours of operation would not be
adequate for the purposes of extrapolation.
Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate
application as defined by AN51/UL 1598 (hardwired luminaires). The test laboratory must hold
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires F a g e � B-1
NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized
through the U.S. Department of Energy (DOE)'s CALiPER program. The extent of allowable
extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light
sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per
TM-21.
This compliance path poses a greater testing burden to luminaire manufacturers but
incorporates long-term testing of other components in the system, such as drivers.
Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1
and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen
maintenance shall be "reported" rather than "projected" as defined by TM-21. Supporting diagrams are
requested to facilitate interpretation by Owner.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires F a g e � B-2
APPENDIX C
PRODUCT FAMILY TESTING
LM-79 AND ISTMT
It is recognized that due to the time and cost required for product testing, it would not be realistic to
expect manufacturers offering a multitude of unique luminaire configurations to test every possible
configuration. Therefore, the "product families" method may be utilized for LM-79 and ISTMT, whereby
manufacturers identify a set of representative products for which test data can be used to demonstrate
the accuracy of interpolated or extrapolated performance of product configurations lacking test data.
Precedent for this approach can be found in LM-80.
If the particular luminaire configuration submitted has not been tested, the performance may be
conservatively represented by test data for another luminaire configuration having:
• The same intensity distribution (typically only applies to LM-79)
• The same or lower nominal CCT
• The same or higher nominal drive current
• The same or greater number of LED light source(s)
• The same or lower percentage driver loading and efficiency
• The same or smaller size luminaire housing.
A more accurate estimate of performance can be obtained by linear interpolation between two or more
tests differing in terms of the six parameters listed above. For example, consider a hypothetical
luminaire offered in a single size housing, and having the following parameters:
• Three intensity distributions: IES Type II, III, or IV
� Three CCTs: 4000, 5000, and 6000K
� Three drive currents: 350, 525, and 700 mA
• Four LED quantities: 20, 40, 60, or 80 LEDs.
Table C.1 illustrates a set of tests which could allow for accurate interpolation between tested
configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10
tests may provide representative data for the 108 possible product configurations. Note that
normalized intensity distribution must not be affected by the other three parameters.
Table C.1
Tests
I 1� 2� 3
I 4, 5
I 6� �
I 8, 9, 10
Representative testing of a single luminaire housing size
Intensity distribution CCT Drive current
(IES Type) (K) (mA)
II, III, IV 4000 700
IV 5000, 6000 700
IV 4000 325, 525
IV 4000 700
# of LEDs
80
80
80
20, 40, 60
For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following
multipliers to the base test #2 to model a configuration with Type III intensity distribution, SOOOK CCT,
525 mA drive current, and 40 LEDs:
• Ratio of test #4 lumens to test #3 lumens
• Ratio of test #7 lumens to test #3 lumens
• Ratio of test #9 lumens to test #3 lumens.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e � C-1
Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs
Test # Intensity distribution CCT Drive current # of LEDs Multiplier
(IES Type) (K) (mA) (lumens ratio
2 III 4000 700 SO n/a
3 IV I 4000 700 SO n/a
4 IV I 5000 I 700 80 #4 /#3
7 IV 4000 I 525 I SO #7 /#3
9 IV 4000 I 700 40 I #9 /#3
Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with
increasing wattage; it may not be clear whether the lowest-wattage configuration would be expected to
"run cooler" than the highest-wattage configuration. In these circumstances, the adequacy of
submitted data is subject to Owner approval.
At this time, the "successor" method cannot be used; luminaires tested must utilize the LED light
source(s) characterized by the submitted LM-80 report.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e � C-2
APPENDIX D
ELECTRICAL IMMUNITY
Test Procedure
• Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an
entire powered and connected luminaire, including any control modules housed within the
luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected
photo-control. A shorting cap should be placed across any such exterior connector.
• The luminaire shall be connected to an AC power source with a configuration appropriate for
nominal operation. The AC power source shall have a minimum available short-circuit current of
200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the
highest input voltage in the input voltage range specified in Appendix A.
� Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point
within 6 inches (15cm) of entry into the luminaire using appropriate high-voltage probes and a
series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by
ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45-
2002, as appropriate.
• Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the
results recorded to note the pre-test function of the luminaire after it has reached thermal
equilibrium. These measurements should include at a minimum:
a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light
output
b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at
a minimum of 4 additional dimmed levels, including the rated minimum dimmed level
• Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure
occurs during Test 3, then Test 3 shall be re-applied to a secondary luminaire of identical
construction.
• Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed
pre-test should be repeated for all tested luminaires, and the results recorded to note the post-test
function of the luminaire(s).
• A luminaire must function normally and show no evidence of failure following the completion of
Test 1+ Test 2+ Test 3(for a single tested luminaire), or the completion of Test 1+ Test 2 on a
primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is
acceptable.
• A luminaire failure will be deemed to have occurred if any of the following conditions exists
following the completion of testing:
a) A hard power reset is required to return to normal operation
b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become
unstable) is observed
c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre-test
diagnostic measurement.
d) The luminaire, or any component in the luminaire (including but not limited to an electrical
connector, a driver, a protection component or module) has ignited or shows evidence of
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e � D-1
melting or other heat-induced damage. Evidence of cracking, splitting, rupturing, or smoke
damage on any component is acceptable.
Test Specifications
NOTE: L1 is typically "HOT", L2 is typically "NEUTRAL" and PE = Protective Earth.
Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a"C Low Ring Wave" as
defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as
specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously
meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM
requirements. Note that this may require that the generator charging voltage be raised above the
specified level to obtain the specified current peak. Calibrated current probes/transformers designed for
measuring high-frequency currents shall be used to measure test waveform currents.
Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity
throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak
current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the
average, the test setup shall be checked, and the test strikes repeated.
Table D.1: 0.5 µ5 — 100Hz Ring Wave Specification
Parameter
Short Circuit Current Peak
Open Circuit Voltage Peak
Source Impedance
Coupling Modes
Polarity and Phase Angle
Test Strikes
Time between Strikes
Total Number of Strikes
Test Level/Configuration
0.5 kA
6 kV
12 S2
L1 to PE, L2 to PE, L1 to L2
Positive at 90° and Negative at 270°
S for each Coupling Mode and Polarity/Phase Angle
combination
1 minute
= 5 strikes x 4 coupling modes x 2 polarity/phase angles
= 40 total strikes
Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a"C High
Combination Wave" or "C Low Combination Wave", as defined in IEEE C62.41.2-2002, Scenario 1,
Location Category C. The test strikes shall be applied as specified by Table D.2. The "Low" test level shall
be used for luminaires with Basic Electrical Immunity requirements, while the "High" test level shall be
used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination
wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak
and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator
charging voltage be raised above the specified level to obtain the specified current peak. Calibrated
current probes/transformers designed for measuring high-frequency currents shall be used to measure
test waveform currents.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e � D-2
Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity
throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak
current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the
average, the test setup shall be checked, and the test strikes repeated.
Table D.2: 1.2/50µS — 8/20 µS Combination Wave Specification
Parameter Test Level/ Configuration
1.2/50 µS Open Circuit Voltage Peak Low: 6 kV
8/20 µS Short Circuit Current Peak Low: 3 kA
Source Impedance 2S2
High: 10kV
High: 10kA
Coupling Modes L1 to PE, L2 to PE, L1 to L2
Polarity and Phase Angle Positive at 90° and Negative at 270°
Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle
combination
Time Between Strikes 1 minute
Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles
= 40 total strikes
Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to "Electrical Fast Transient
Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002.
The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling
clamp is not allowed.
Table D.3: Electrical Fast Transient (EFT) Specification
Parameter Test Level/ Configuration
Open Circuit Voltage Peak 3 kV
Burst Repetition Rate 2.5 kHz
Burst Duration 15 mS
Burst Period
Coupling Modes
Polarity
Test Duration
Total Test Duration
300 mS
L1 to PE, L2 to PE, L1 to L2
Positive and Negative
1 minute for each Coupling Mode and Polarity combination
= 1 minute x 7 coupling modes x 2 polarities
= 14 minutes
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e � D-3
APPENDIX E
PRODUCT SUBMITTAL FORM
Luminaire Type1
Manufacturer
Model number
Housing finish color
Tenon nominal pipe size (inches)
Nominal luminaire weight (Ib)
Nominal luminaire EPA (ftZ)
Nominal input voltage (V)
ANSI vibration test level
Nominal BUG Ratings
Make/model of LED light source(s)
Make/model of LED driver(s)
Dimmability
Control signal interface
Upon electrical immunity system failure
Thermal management
Lumen maintenance testing duration (hr)
Reported lumen maintenance life (hr) Z
Warranty period (yr)
Parameter
Initial photopic output (Im)
Maintained photopic output (Im)
Lamp lumen depreciation
Initial input power (W)
Maintained input power (W)
Initial LED drive current (mA)
Maintained LED drive current (mA)
Drive current used
In-situ LED T� (°C)
CCT (K)
Additional product description
0 Level 1 (Normal)
❑ Dimmable
❑ Possible disconnect
❑ Moving parts
Nominal value
❑ Level 2 (bridge/overpass)
0 Not dimmable
❑ No possible disconnect
0 No moving parts
Tolerance (%)
' See Appendix A, and attach supporting documentation as required.
2 Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing
duration indicated in the row above. Value shall be consistent with values submitted in the rows below for
maintained light output, maintained input power, and maintained drive current.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e � E-1
Approval Spec No.Classification Manufacturer Model No.National Spec
Concrete
9/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps
9/9/2022 03 30 00 Mix Design American Concrete Company 01JAF382 1000 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures
9/9/2022 03 30 00 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001737 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001791 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001793 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000002107 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001273 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001617 3600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000008381 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Argos D10000009857 50 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Argos D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter
9/9/2022 03 30 00 Mix Design Argos D1000001043S 3000 psi Concrete for Sidewalks, Curbs
9/9/2022 03 30 00 Mix Design Argos D1000001565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps
9/9/2022 03 30 00 Mix Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001685 4000 psi Concrete for Valve Pads
9/9/2022 03 30 00 Mix Design Argos D10000005751 750 Psi Concrete Base for Trench Repair
9/9/2022 03 30 00 Mix Design Argos D10000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters
9/9/2022 03 30 00 Mix Design Big D Concrete 7SKGRT 3000 psi Concrete for Grouting
9/9/2022 03 30 00 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving
5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving
9/9/2022 03 30 00 Mix Design Big Town Concrete 450065-1 4500 psi hand placed paving
9/9/2022 03 30 00 Mix Design Burnco Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures
9/9/2022 03 30 00 Mix Design Burnco Texas 40U553BG 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Burnco Texas 55U120AG 4000 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Burnco Texas 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Burnco Texas 30U101AG 3000 psi Concrete Mix for Flatwork
9/9/2022 03 30 00 Mix Design Burnco Texas 30U500BG 3000 psi Concrete Mix for Blocking, Driveways, Curb & Gutters, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Burnco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls
9/9/2022 03 30 00 Mix Design Burnco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Burnco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair
9/9/2022 03 30 00 Mix Design Burnco Texas 01Y690BF 100 psi Concrete Mix for Flowable Fill
4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602091 3600 psi for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC359101 Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Carder Concrete FWFF237501 Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork
9/9/2022 03 30 00 Mix Design Charley's Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes
9/9/2022 03 30 00 Mix Design Charley's Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls
9/9/2022 03 30 00 Mix Design Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Charley's Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes
9/9/2022 03 30 00 Mix Design Charley's Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes
9/9/2022 03 30 00 Mix Design Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Charley's Concrete 1502 150 psi Concrete for Flowable Fill-CLSM
9/9/2022 03 30 00 Mix Design Charley's Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM
9/9/2022 03 30 00 Mix Design Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures
9/9/2022 03 30 00 Mix Design Charley's Concrete 6595 5000 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Charley's Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi Concrete for Driveways, Curb & Gutter
9/9/2022 03 30 00 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 06/27/2023
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 06/27/2023
Concrete (Continued)
9/9/2022 03 30 00 Mix Design City Concrete Company 30HA25II 3000 psi Concrete for Rip-Rap
9/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads
9/9/2022 03 30 00 Mix Design City Concrete Company 45NG25II 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design City Concrete Company 50QG25II 3600 psi Slurry Displaced Drilled Shaft
9/9/2022 03 30 00 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 36JA001J 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures
11/16/2022 03 30 00 Mix Design City Concrete Company CLNG25II 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
5/5/2023 03 30 00 Mix Design City Concrete Company CCNA25OAG 3600 psi Concrete for Drilled ShaftsLighting and Traffic Signal Foundations
5/5/2023 03 30 00 Mix Design City Concrete Company CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9-S-2 70 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 320-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 230-8 750 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 330-S8 750 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 264-N 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 366 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-1NC 5000 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 267 4200 psi Concrete Mix for Manholes and Drainage Structures
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast-in-Place Box Culverts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast-in-Place Box Culverts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters
11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 34 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 35 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters
6/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation
1/18/2023 03 30 00 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCHV5 4000 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-C56PS5D5 4000 psi Concrete Machine Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-10MQS50N 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
4/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates 10LQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1551 3000 psi Concrete Mix for Blocking
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 06/27/2023
Concrete(Continued)
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5177 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1261 3000 psi Concrete Mix for Sidewalks
9/9/2022 4 30 00 Mix Design Holcim - SOR, Inc.2125 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5409 4000 psi Concrete Mix for Sidewalks, Inlets
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5507 4500 psi Concrete Mix for Hand Placed Paving
12/15/2022 3 30 00 Mix Design Holcim - SOR, Inc.3741 100 psi concrete for flowable fill/CSLM
9/9/2022 04 30 00 Mix Design Holcim - SOR, Inc.5017 200 psi Concrete for Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving
12/5/2022 4 30 00 Mix Design Holcim - SOR, Inc.1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways.
4/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach
4/7/2023 03 30 00 Mix Design Liquid Stone C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
1/24/2023 03 30 00 Mix Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2131214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2141224 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2141024 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets
9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement
9/9/2022 03 30 00 Mix Design Martin Marietta FLOW25A 50 psi Concrete for Flowable Fill/CLSM
9/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls
9/9/2022 03 30 00 Mix Design Martin Marietta R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement
9/9/2022 03 30 00 Mix Design Martin Marietta R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads
9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads
9/9/2022 03 30 00 Mix Design Martin Marietta R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141N27 4,000 psi Concrete for Machine Placed paving
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4,000 psi Concrete for Machine Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving
11/15/2022 33 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving
11/15/2022 34 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls
11/2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls
11/2/2022 32 13 13 Mix Design Martin Marietta R2141N24 4,000 psi Concrete for Sidewalks and Ramps
11/2/2022 32 13 13 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Sidewalks and Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures
9/9/2022 03 30 00 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets
9/9/2022 03 30 00 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta D9493SC 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving
4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks
4/1/2023 03 30 00 Mix Design Martin Marietta R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck
4/1/2023 03 30 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap
4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps
4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi @ 24 hrs.) for HES Paving
4/1/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls
5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving
4/1/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 06/27/2023
Concrete(Continued)
5/3/2023 03 30 00 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck
6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps
6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps
6/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations
6/27/2023 03 30 00 Mix Desaign Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations
9/9/2022 32 13 20 Mix Design NCS Redi Mix NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets
1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving
1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps
9/9/2022 03 30 00 Mix Design Redi-Mix DCA2E554 3000 psi Concrete Mix for Rip Rap
9/9/2022 03 30 00 Mix Design Redi-Mix V0J11524 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 34 13 Mix Design Redi-Mix F0C10021 215 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Redi-Mix 10J11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Redi-Mix 10J11504 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Redi-Mix 10L11504 3,600 psi Concrete Mix for Sidewalks, Curb & Gutter
9/9/2022 03 30 00 Mix Design Redi-Mix 10L11524 3600 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls
9/9/2022 03 30 00 Mix Design Redi-Mix 1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads
9/29/2022 03 30 00 Mix Design Redi-Mix 10L21524 4000 psi Concrete Mix for Manholes
9/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast-in-Place Storm Drain Structures
9/9/2022 03 30 00 Mix Design Redi-Mix 10L115E4 3600 psi Concrete Mix for Bridge substructures
9/9/2022 03 30 00 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs
9/9/2022 03 34 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Redi-Mix F0D138VM 100 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Redi-Mix 10J11554 3000 psi Concrete Mix for Rip-Rap
9/9/2022 03 30 00 Mix Design Redi-Mix P0G138K9 1000 psi Concrete Mix for Trench Repair Base Material
9/9/2022 03 30 00 Mix Design Redi-Mix 10K11524 3600 psi Concrete Mix for Encasement
9/9/2022 03 30 00 Mix Design Redi-Mix 10N11507 4500 psi (2600 psi @ 24 hrs.) Concrete Mix for HES Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10N11504 5000 psi (3600 psi @ 2 days) Concrete Mix for HES Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 50K11524 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10M115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
9/9/2022 03 30 00 Mix Design Redi-Mix 10M11524 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10M11504 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures
12/5/2022 03 30 00 Mix Design Redi-Mix 10K115C4 3500 psi Concrete for Thrust Blocks, Valve Pads
12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for CIP Storm Drain Structures
12/5/2022 03 30 00 Mix Design Redi-Mix 10L115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall
5/15/2023 03 30 00 Mix Design Redi-Mix 80L115D5 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
5/15/2023 03 30 00 Mix Design Redi-Mix 10N115D6 Slurry Displacement Shafts, Underwater Drilled shafts
9/9/2022 03 34 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter
9/9/2022 03 34 13 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall
9/9/2022 03 30 00 Mix Design SRM Concrete 35023 3,600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 40068 3,600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 45300 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 @ 3-days) psi Concrete for HES Paving
10/10/2022 03 30 00 Mix Design SRM Concrete 35000 3600 psi Concrete for Sewer Manholes
10/10/2022 03 30 00 Mix Design SRM Concrete 35300 3600 psi Concrete for Swere Manholes
9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls
9/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp
2/10/2023 03 30 00 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving
1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 psi Concrete for Hand Placed Paving
5/5/2023 03 30 00 Mix Design SRM Concrete D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW7520AMR 4500 (3000 psi @ 3-days) psi Concrete HES Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi @ 3-days) psi HES Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF275 50-150 psi Flowable Fill - CLSM
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 06/27/2023
Concrete(Continued)
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks
9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp
9/9/2022 03 30 00 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving
9/9/2022 03 30 00 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
Asphalt Paving
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5D137965 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Austin Asphalt DA5D135965 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1901D PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341DV6422 PG64-22 Type D Fine Surface
11/26/2022 32 12 16 Mix Design Sunmount Paving 340DV6422 PG64-22 Type D Fine Surface
12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 PG62-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 222475 (1857) PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 29-222475-19 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 1-222475-20 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fine Surface
Detectable Warning Surface
9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers
9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers
9/9/2022 32 13 20 DWS - Composite Engineered Plastics, Inc. (Williamsville, NY)Armor Tile
9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver
4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers
Silicone Joint Sealant
9/9/2022 32 13 73 Joint Sealant Dow 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Tremco 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Pecora 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
Utility Trench Embedment Sand
9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 06/27/2023
Frame, Cover, and Grade Rings - Cast Iron** for Stormwater Structures
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Water Manhole Gasketed Frame and Cover w/Longhorn Logo, Model No. NF-1743LT66
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Sanitary Sewer Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1743LT69
9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter Fort Worth Sanitary Sewer Manhole Frame and Cover, Item No. NF-2280
9/9/2022 33 05 13 Manhole Frames and Covers EJCO Ergo XL Assembly 32" Diameter Sanitary Sewer Manhole Frame and Cover, Model No. 00148021L010
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Storm Sewer Junction Box and Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1743LTXX
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 24" Diameter Liftmate Storm Sewer Inlet Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1650LT61
9/9/2022 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, Ltd.)24" Diameter MHRC #220605**ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Cover Neena Foundry 32" Diameter NF-1274-T91 ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter NF-1743-LM (Hinged)ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frame Neena Foundry 32.25" Diameter NF-1930-30 ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter NF-1743-HV ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 24" Diameter 2279ST**ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter 2280ST ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers EJCO 32.25" Diameter EJ1033 X2/A ASTM A48 AASHTO M306
Reinforced Concrete Storm Drain Pipe/Culverts
9/9/2022 33 41 10 Precast Box Culverts Forterra Precast Box Culverts
9/9/2022 33 41 10 Concrete Pipe Wyes and Bends Forterra RCP Wye and Bends
9/9/2022 33 49 10 Precast Box Culverts Rinker Materials Rinker Materials Reinforced Concrete Box Culvert ASTM C789, C850 ASTM C789, C850
9/9/2022 33 49 10 Concrete Pipe Rinker Materials Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe ASTM C76, C655 ASTM C76, C655
9/9/2022 33 41 10 Concrete Pipe Forterra Reinforced Concrete Pipe - Tongue and Groove +D48
Polypropylene Storm Drain Pipe
9/9/2022 33 41 13 Polypropylene Pipe Advanced Drainage Systems, Inc.HP Polypropylene Storm Drain Pipe
Storm Drain Manholes and Junction Boxes
9/9/2022 33 49 10 Stacked Manhole Oldcastle Precast 4' x 4' Stacked Manhole ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 8' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 4' x 4' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 5' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 6' x 6' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 8' x 8' Storm Junction Box Base ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 8' Storm Junction Box Base ASTM C478
9/9/2022 33 49 10 Junction Box Cowtown Redi Mix No. 260-2 6 Sack 3600 psi Concrete for Concrete Collars ACI 318-14
9/9/2022 33 49 10 Manhole Rinker Materials Rinker Materials Reinforced 48" Diameter Spread Footing Manhole ASTM C433
9/9/2022 33 49 10 Manhole Connector Trelleborg Engineered Systems Kor-N-Seal 106/406 Series Pipe to Manhole Connector ASTM C923
9/9/2022 33 49 10 Junction Box Forterra 4' x 4' FRT-4x4-409-PRECAST-BASE ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 5' x 5' FRT-5x5-409-PRECAST-TOP ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 5' x 5' FRT-5x5-409-PRECAST-BASE ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 6' x 6' FRT-6x6-409-PRECAST-TOP ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 6' x 6' FRT-6x6-409-PRECAST-BASE ASTM C913
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 4 'x 4' TPG-4x4-409-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 4 'x 4' TPG-4x4-409-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 4 'x 4' TPG-4x4-412-PRECAST 4-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-410-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-410-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-412-PRECAST 5-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 6 'x 6' TPG-6x6-411-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 6 'x 6' TPG-6x6-411-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 6 'x 6' TPG-6x6-412-PRECAST 6-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 7 'x 7' TPG-7x7-411-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 7 'x 7' TPG-7x7-411-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 7 'x 7' TPG-7x7-412-PRECAST 4-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-411-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-411-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-412-PRECAST 5-FT RISER ASTM C615
**Note: All new development and new installation manhole lids shall meet the minimum 30" opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 06/27/2023
Storm Drain Curb and Drop Inlets
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 3' FRT-10x3-405-PRECAST ASTM C913
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 3' FRT-10x3-406-PRECAST ASTM C913
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 4.5' FRT-10x4-407-PRECAST ASTM C913
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 4.5' FRT-10x4-420-PRECAST ASTM C913
9/9/2022 33 49 20 Junction Box Forterra 4' x 4' FRT-4x4-409-PRECAST-TOP ASTM C913
9/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 10' x 3' TPG-10x3-405-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 15' x 3' TPG-15x3-405-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 20' x 3' TPG-20X3-405-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 4' x 4' TPG-4X4-408-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 5' x 5' TPG-5X5-408-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 6' x 6' TPG-6X6-408-PRECAST INLET ASTM C615
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
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. 250-4G Gasket ASTM C-443/C-361 SS MH
1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area
5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area
08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers 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)
* 33 05 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.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia.
33 05 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 24" dia.
33 05 13 Manhole Frames and Covers Neenah Casting 24" dia.
10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia.
7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia.
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.
11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia
07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia
08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia.
* 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia.
* 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia.
03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia.
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 24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)
* 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48"
* 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
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"
10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring
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 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60"
10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas
03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone
ASTM C-478; ASTM C-923;
ASTM C-443
03/07/23 33 39 20 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
Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious
* E1-14 Manhole Rehab Systems Quadex
04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP
E1-14 Manhole Rehab Systems AP/M Permaform
4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System
5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813
08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/07/2023
* From Original Standard Products List 1
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/07/2023
Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious
05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790
12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
Water & Sewer - Manhole Inserts - Field Operations 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 Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia
Water & Sewer - Pipe Casing 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
04/22/87 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 Casin 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(Stainless Steel)
03/19/18 Casing Spacers BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non_pressure Pipe and Grouted Casing
03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12
Water & Sewer - Pipes/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, AWWA C150, C151 3" thru 24"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30"
* 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151
* 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Epoxy 33-39-60 (01/08/13)
02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS 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 Protecto 401 ASTM B-117 Ductile Iron Pipe Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2"
Sewer - Pipes/Concrete
* E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76
* E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76
Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)
PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously
McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously
TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously
Sewer - Pipe/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 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754
03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45
* From Original Standard Products List 2
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/07/2023
* High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
* High-density polyethylene pipe Plexco Inc. ASTM D 1248 8"
* High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 ASTM D 3034 4" - 15"
12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26
ASTM D 3034 4" thru 15"
* 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15"
01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15"
11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27"
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18" - 28"
09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20
Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26/35 PS 115/46 ASTM F-679 18"- 36"
Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)
* Cured in Place Pipe Insituform Texark, Inc ASTM F 1216
05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813
05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216
Sewer - Pipes/Rehab/Fold & Form
* Fold and Form Pipe Cullum Pipe Systems, Inc.
11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" 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 Pipeliner 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/Open Profile Large Diameter
09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon 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 (Corrugated) ASTM F 2736 24"-30"
11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60"
05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72"
* From Original Standard Products List 3
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/07/2023
Water - Appurtenances 33-12-10 (07/01/13)
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe
08/28/02 Double Strap Saddle Smith Blair #317 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 1"-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 & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B 25000N, B 20200N 3,H 15000N, H
15530N
AWWA C800, ANSF 61,
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) Powerseal 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) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out
05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30"
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays 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)
* 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"
* E1-11 Combination Air Release Valve Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"
* E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 33-12-40 (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
09/30/87 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
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH 12
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 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
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/07/2023
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
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" - 24"
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 - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110
* E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110
* E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.
Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast
Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.
One Bolt Restrained Joint Fitting AWWA C111/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)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co.
Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)
Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Black For DIP
ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe
ASTM A536 AWWA C111 16"-24"
Water - Pipes/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 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA 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 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 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" (SD 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 E1-26 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 E1-26 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 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12"
* E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 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 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
* From Original Standard Products List 5
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/07/2023
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
* E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24"
* E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling Station
03/07/23 33 12 50 Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6 A IN 2 BRN LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company
Eclipse #9700 (Portable)
* From Original Standard Products List 6