Loading...
HomeMy WebLinkAboutContract 58054-PM1 CSC No. 58054-PM1 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF Water, Sewer, Paving, Drainage & Street Light Improvements to Serve Wellington Area 3 South Phase I IPRC Record No.IPRC21-0156 City Project No.[1036541 FID No.[30114-0200431-103654-E076851 File No.[W-28161 X File No.[X-271561 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Interim Director, Transportation and Public Works Department Prepared for OFFICIAL RECORD The City of Fort Worth CITY SECRETARY November 2022 FT. WORTH, TX �-1�rtt\1 LA14 A P "�F...... i i* * I LJA ENGINEERING �. LANDON. KING r*Q: ;'0 TEXAS REGISTRATION F-1386 �� `•, 123389 w� 3017 W 7t" Street, Suite 300 �tt0.. SE° 4t;O Fort Worth, TX 76102 iht L •t 1 10/27/2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00- General Conditions Last Revised nn -2, ,3 lffs�..,eliers 1, giddef 43 i2ni2mn 004100 B4dT-efn+ 04024W4 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 B4d4leffd nn in 4 nn 45 ,r, 014,—_n,n � �T 0045 12 Pre qualification Statement 09/01/2015 nn 45 13Pr-eqtta4ifiea4ieff-Aff1iea4ieff03AWA24N 00 45 26 Contractor Compliance with Workers'Compensation Law 04/02/2014 004540 44 i s 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 0062 19 Maintenance Bond 01/31/2012 8 47in T 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 � �T 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 6600 Product Storage and Handling Requirements 04/07/2014 01 7000 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 7423 Cleaning 04/07/2014 01 7719 Closeout Requirements 04/07/2014 01 7823 Operation and Maintenance Data 04/07/2014 01 7839 Project Record Documents 04/07/2014 CITY OF FORT WORTH WELLINGTON AREA 3 SOUTH PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.103654 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.eov/tpw/contractors/ or http s:Happs.fortworthtexas.2ov/Proi ectResources/ Division 02-Existing Conditions Last Revised 2-41 14 seeet�eSit De � n i 1Q0/20�i2 2 n i i i�9011201_ �Tn z 0241 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 n3 � .20 ; �3 io i�i241z Division 26-Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 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 �o ,426, o Division 31 -Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 �i�o Effibaiils n i i�i-3 31 25 00 Erosion and Sediment Control 12/20/2012 2 4(n Gabiefts 12 i z 31 3700 Ri ra 12/20/2012 Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 2 0 i-2/7r� viz 4 ni 4nGefiefele 12i20/20 ; -24 �12012 32 1129 Lime Treated Base Courses 12/20/2012 2 i i z�T n4/ /2c01 � V�2 � 344724-6 12,20r2012 2 i2 7- Pa-vifig 1-2/242ni� 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks,Driveways and Barrier Free Rams 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 -o �2 i n i� 1.2/20 201; z 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 CITY OF FORT WORTH WELLINGTON AREA 3 SOUTH PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.103654 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 2 ,- 2 cAddfess „ 04,1201 z 2 ,z ram,,ai Fefiees ,,a r,.o� ,-2 �3 � �z i20420 2 — o - z 2 32 ,3Gast 46i0� 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding,and Sodding 12/20/2012 —934-3. Q40112(42 Division 33-Utilities 33 0130 Sewer and Manhole Testing 12/20/2012 33 0131 Closed Circuit Television(CCTV)Inspection 03/03/2016 44 n- ,n .20 4 �--�-To ,�i241z 4- 4-To jeif4 Bending cmd Eleet4iea4 lsela4ieiff �z 4- 44z �z zz ,�z 1-242W - --0 -z� �-2n,z zz 0 zn ees 474,i-n, , 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 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to 12/20/2012 Grade �z_o r,.*e-r-o•10 1474o,.v.,, k 42- ;z 33 05 17 Concrete Collars 12/20/2012 4 nc 4n ,2ni�n,z� �--�-zo i�� � - z 33 0522 Steel Casing Pie 12/20/2012 33--�-z�nc �� 14and Ttmneli*g ,2i20420 2 �z 33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 3-3--�-zo nc �� Utility 12i2W-20 z2 33 0530 Location of Existing Utilities 12/20/2012 _ _� vexss,�o,z`I €tS 33 11 10 Ductile Iron Pie 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride PVC Pressure Pie 11/16/2018 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 12/20/2012 �T - z 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 2 2�z-zii ,2rr,7' n�iz 33 1220 Resilient Seated Gate Valve 12/20/2012 22 T ,-2i z 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 CITY OF FORT WORTH WELLINGTON AREA 3 SOUTH PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.103654 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1260 Standard Blow-off Valve Assembly 06/19/2013 2 3—a 1 7 1.201'z viz 2 2�4 i i z 2 2 � ii iz 33 3120 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pie 06/19/2013 33 3i -2i 17/7zzr2 W2 3344z i i z 22 � ii iz 33 3150 Sanitary Sewer Service Connections and Service Line 04/26/2013 2 2 v ,2�7rz.T n�iz 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 3920 Precast Concrete Manholes 12/20/2012 4-3-�n �n o �z onoAeeess 33 3960 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 2 -4it 424 z 9zPelyet4leiie pe irn __!; i 4 i20420 - z�o � 3 n i Slatted Stain r� ai-i s min i/20 i �ntiT �T 3 T-fe e r�,.a4 m i/20 i T�nti0s �in 3349 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 Win walls 07/01/2011 Division 34- Transportation 2 A A�vi A4aehfAeiir A cPatf6rref acc 1 7/1 4; 2�- 4-10.03✓ 2 norSigna4sT1T 2Y20T3• n�J 1-242042444 2/' 4R&pidT1T 2120 i 3• 2 n�6SignT1T 2,12 2 A�-44-zv r,Q 0QW 2 34-44--20.01 n tin ti/l�vi-5, 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 2 n�-4i-�o Single Made Fibef Op6e Cable 02,Q6,12016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH WELLINGTON AREA 3 SOUTH PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 103654 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix GG 4.01 Availability GC-4.02 Subsurface and Physical Conditions GG 4.04 Uader-gfetmd Faeililies GG 4.06 14az fdous EfvvifefimefiWConditiontSite GG 6.07 Wage pra4es GG 6.09 Pori'Pefmi4s and Utilities QC6Z24 S 11712C[LJC tiiiiirFrttea GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH WELLINGTON AREA 3 SOUTH PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.103654 Revised March 20,2020 UTILITY CONTRACT DOCUMENTS BURNSCO CONSTRUCTION Uiili�ies DAP-BID PROPOSAL Page I or4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. I Measure Quantity UNIT I:WATER IMPROVEMENTS 1 3305.0003 8"Waterline Lowering 33 05 12 EA 29 $3,360.00 $97,440.00 2 3305.0109 Trench Safety 33 05 10 LF 13024 $0.10 $1,302.40 3 3311.0241 8"PVC Water Pipe _ - 33 11 10 3311 12 LF 10044 $53.00 $532,332.00 4 331T0461 12"PVC Water Pipe 3311 10,3311 12 LF 2980 $105.00 $312,900,00 5 3312.0001 Fire Hydrant 33 1240 EA 7 $5,400.00 $37,800.0.0 6 3312.0110 Connection to Existing 36"Water Main 33 12 25 EA 1 $11,200.00 $11,200.00 7 3312.2003 1"Water Service - 33 12 10 EA 155 $1,220.00 $189,100.00 8 3312.2203 2"Water Service 33 12 10 EA 1 $3,190.00 $3,190.00 9 3312.3003 8"Gate Valve 33 12 20 EA_ _ 33 $1,680.00 $55,440.00 10 3312.3005 12"Gate Valve 33 12 20 EA 4_. $2,930.00 $11,720.00 11 3311.0001 Ductile Iron Water Fittingswl Restraint 33 11 11 TON 7.72 $7,915.00 $61,103.80 12 3312.4311 36"x 8"Tapping Sleeve&Valve 33 12 25 EA 1 $10,700.00 $10,700.00 13 9999.0001 Water Testing(Excluding Geotec_h) _00 00 00 LF 13024 _ $1.20 $15,628.80 14 9999.0003 Automatic Flusher 00 00 00 EA 1_ $5,400.00 $5,400.00 15 9999.0004 12"Pressure Plane Valve 00 00 00 EA 1 $2,930.00 $2,930.00 16 9999.0005 4"Irrigation Sleeve - 00 00 00 LF 210 $19.60 $4,116.00 17 9999.0006 8"Flush Point 00 00 00 EA 2 $2,600.00 $5,200.00 _ 19 21 22 23 24 - - 25 --- 26 27 28 29 30 31 32 33 34 -3 -- 36 37 38 39 40 ...._.,._.._—..-- - 41 42 43 - - 44 45 TOTAL UNIT L WATER IMPROVEMENTS $1,357,503.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Version May 22,2019 Wcllingtan Arcs 3 South Phase I Utilities DAP-BID PROPOSAL Page 2 0174 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. of Quantity UNIT It:SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection 33 01 31 LF 7873 $3.00 $23,619.00 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 43 $120,00 $5,160.00 3 3305.0109 Trench Safety 3301 31 LF 7873 $1,00 $7,873.00 4 3305.0113 Trench Water Stops_ 33 05 15 EA 26 $300.00 $7,800.00 5 3331.3101 4"Sewer Service _ 3331 50 EA 152 $1.010.00 $153_,520.00 6 3331.4115 8"Sewer Pipe(SDR-26,ASTM D3034) 3311 10,33 31 LF 7149 12,33 31 20 $60.00 $428,940.00 7 3331.4116 8"Sewer Pipe(SDR-26,ASTM D3034 wl 33 11 10,33 31 LF 724 CSS) _ _ 12,333120 $92,00 $66,608.00 33 8 39.0001 Epoxy Manhole-Liner 33 39 60 VF 56.3 $35-5.00 $19,986.50 9 3339.1001 4'Man hole 33 39 10,33 39 20 EA 40 $3,790.00 $151,600,00 10 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 3 $5.970.00 $17,910.00 11 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 145.6 $160.00 $23,296.00 12 99 99.0007 External Drop Connection 00 00 00 EA 1 $3,400.00 $3,400.00 13 9999.0008 16"Steel Encased Sewer Service 00 00 00 EA 3 $4,500.00 $13,500.00 14 15 16 17 18 ---- 19 - --- 20 21 22 23 24 - 25 2 - - _ - 27 - - 28 _.29.. --30 31 33 34 35 36 37 38 39 40 _ 4i _- -- --...- 42 43 44 -- -- TOTAL UNIT II:SANITARY SEWER IMPROVEMENT-1$923,212.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 Wellington Area 3 Sovth Phase I ulifili- DAP-131D PROPOSAL Page 3 of 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Itemm Description Specification Unit of Bid unit Price Bid Value No. Section No. I Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 0000.3305 Trench Safety 3305 10 EA 5559 $0,50 $2,779.50 2 3301.0002 Post-CCTV Inspection 3301 31 LF 5559 $1.50 $8.338.50 3 3341.0201 21"RCP,Class III 3341 10 LF 777 $75.00 $58,275.00 4_33.41.0205 24"RCP,Class lil 3341 10 LF 1042 $85.00 $88,570.00 5 3341.0302 30"RCP,Class III 3341 10 LF 938 $107.00 $100,366.00 6 3341.0402 42"RCP,Class 111 3341 10 LF 1065 $180.00 $191,700.00 7 3341.0409 48"RCP,Class III 3341 10 LF 831 $215.50 $179,080.50 8 3341.0502 54"RCP,Class III 3341 10 LF 290 $287.00 $83,230.00 9 3341.0602 60"RCP,Class III 3341 10 LF 418 $321.00 $134,178.00 10 3341.1304 6x5 Box Culvert 3341 10 _ LF 155 $465.00 $72,075.00 11 3349.0001 4'Storm Junction Box 3349 10 EA 7 $5,200.00 $36,400.00 12 3349,0002 5'Storm Junction Box 3349 10 EA 5 $5,300.00 $26,500.00 13 3349.0003 6'Storm Junction Box 33 49 10 EA 3 $5,900.00 $17,700.00 14 3349.0005 8'Storm Junction Box 33 49 10 EA 1 $16,500.00 $16,500.00 15 3349.5001 10'Curb Inlet 33 49 20 EA 17 $4,600.00 $78,200,00 16 3349.5002 15'Curb Inlet 34 49 20 EA 13 $6,300.00 $81,900.00 17 9999.0009 6x5 Sloped SW-0 Headwall 00 00 00 EA 1 $12,000.00 $12,000.00 18 9999.0010 Inlet Protection 00 00 00 EA 30 $145.00 $4,350.00 _19_ 9999,0011 24"4:1 Sloped End Headwall 00 00 00 EA 3 $2,500.00 $7,500.00 20 9999.0012 30"4:1 Sloped End Headwall 00 00 00 EA 1 $2,600.00 $2,600.00 _21 9999,0013 42"4:1 Sloped End Headwall 00 00 00 EA 1 $3,000.00 $3,000.00 22- 9999.0014 48"4:1 Sloped End Headwall 00 00 00 EA _ 3 $3,400.00 $10,200.00 23 9999-0015 12"Rock Riprap 00 00 00 SY 503 $85.00 $42,755.00 24 T 9999.0016 4'Riser 00 00 00 EA 1 $4,000.00 $4,000.00 — -- —--- ----- —225 - - -- 27 -_ -- -- 28� —29— 30 31 32 33 34 _ 35 36 -- 37 ---38 39 40 — - 41 42 - 43 44 45 TOTAL UNIT III:DRAINAGE IMPROVEMENT $1,262,197.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 Wellington Area 3 South Phase 1 Utilities DAP-BID PROPOSAL Page 4 or4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No, Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $1,357,603.00 UNIT II:SANITARY SEWER IMPROVEMENTS $923,212.50 UNIT III:DRAINAGE IMPROVEMENTS $1,262,197.50 UNIT IV:PAVING IMPROVEMENTS $0.00 UNIT V:STREET LIGHTING IMPROVEMENTS $0.00 UNfT VI:TRAFFIC SIGNAL.IMPROVEMENTS $0.00 Total Construction Bid $3,542,913.00 This Bid is submitted by the entity named below: BIDDER: BY: BurnsCo Construction JH 6331 Southwest Blvd TITLE: Vice resident Benbrook,TX 76132 DATE: May 4,2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 135 working days after the date when the CONTRACT commences to run as provided in the General Conditions, END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 Wdlingtmi Area 3 Soath Phasc I 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP—PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. In the "Major Work Type"box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water and Wastewater New Burnsco Construction,Inc. 6/30/2023 Development,Rehabilitation, and Redevelopment Open Cut and Trenchless all sizes The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Burnsco Construction,Inc. BY: 6331 Southwest Boulevard Benbrook,TX 76132 kL�2 (Signa e) TITLE: Vice President DATE: October 27,2022 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT—DEVELOPER AWARDED PROJECTS 00 45 121'requalification Statement DAP-Utilities Form Version September 1,2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 103654. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 BurnsCo Construction By: ums 12 Company (Ple se Print) 13 14 6331 Southwest Blvd Signature: 15 Address 16 Zesident 17 Benbrook.TX 76132 Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 John Burns ,known to me to be the person whose name is 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of Burnsco Construction, Inc. for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 ,20?a1• 33 34 35 _ C� �AA k ] CESILIA CANALES .PJVWi --- 36 =° Notary ID#131652996 Notary Public 1n and for the State of Texas P My Commission Expires 37 vrFo�t�* July 24, 2022 38 E OF SECTION 39 CITY OF FORT WORTH Wellington Area 3 South Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103654 Revised July 1,2011 00 52 43-1 Developer Awarded Project Agreement Page 1 of 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 10/27/2022 is made by and between the Developer, 5 Pulte Homes of Texas, L.P., authorized to do business in Texas ("Developer") , and 6 BURNSCO CONSTRUCTION , authorized to do business in Texas, acting by and through its 7 duly authorized representative,("Contractor"). 8 Developer and Contractor,in consideration of the mutual covenants hereinafter set forth,agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Wellin ton Area 3 South—Phase 1 17 CPN.•103654 18 Article 3.CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 135 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above,plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Wellington Area 3 South -Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Three Million Five Hundred and Forty Two Thousand 41 and Nine Hundred and Thirteen Dollars ($3,542,913.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond(DAP Version) 55 e. Maintenance Bond(DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued,become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 76 CITY OF FORT WORTH Wellington Area 3 South—Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused, in whole or in part, by any act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs,expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers, servants and employees,from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of,the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by any act, omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Wellington Area 3 South—Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 I18 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple i24 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 127 Contractor: Developer: Burns Cons rction Pulte Homes of Texas, L.P. Bx: B Y., = 1 ( (Signature) ( re) John Burns (Printed Name) (Printed Name) Title: President Title: V ot` L_P"r, Company Name: BurnsCo Construction Company name: Pulte Homes of Texas,L.P. Address: 6331 Southwest Blvd. Address: 9111 Cypress Waters Blvd Suite 100 City/State/Zip: Benbrook,TX 76132 City/State/Zip: Coppell, TX 75019 10/27/2022 -3 Date Date 128 CITY OF FORT WORTH Wel ingran Area 3 South-Phase t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8205467-022020 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the`Companiesl,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E. Cornell;Joshua Saunders;Kelly A.Westbrook;Mikaela Peppers;Ricardo J.Reyna;Robbi Morales;Sophinie Hunter;Tina McEwan;Tonie Petranek all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recegnizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April 2021 Liberty Mutual Insurance Company P�\NS(Jb P'11 INS&p ltlsti+q The Ohio Casualty Insurance Company j 0 j+re'1�+� cJ? Froy� P� O"+royc,� West American Insurance Company 1912 0 0 1919 2 1991 : vO s 3 � 1 mO YdVI'F84CNU°+�.a0 SO "AMPgaL YS �NDIAN" da 'r` U m David M.Carey,Assistant Secretary m State of PENNSYLVANIA — 2 County of MONTGOMERY o , w 3 On this 23rd day of April 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 8 m To Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. N C'y O N 5P, PAST �'-_ ` Q��poNW F< Commonwealth of Pennsylvania-Notary Seal rN o �Ca l Teresa Fastens,Notary Public N'— O0) OF = Montgomery County O � 4) My commission expires March 28.2025 B �-eCJ O N N— LVP��P4 Member PennsyWval number 1126044 nia Association of Notaries y Notary ' ` Teresa Pastella,Nota Public Q o N4Ry{'v0� o N - This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 3� O•_ Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: t0 M "a? ARTICLE IV—OFFICERS:Section 12.Power of Attorney. $0O Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the a o a c President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seat,acknowledge and deliver as surety m tO any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a s .- have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o m Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the-0— m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granfing such power or authority. ILL_CL ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-tact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Lleweltyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of P�\NSU,g4 P�SV INS, a 1NSUga AJ o°NP°'fir I-, oiJ c°a°°�r�9ti `4P4oaPor- Qo Zi b to 3 Fo + u = FO F 1912 n 0 ci100 =1919� o 1991 0 -4CNUs�.da SO NAMP`+�•aD� Ys �NMAN� da By.Renee C.Uewell Assistant * * yn. Secretary LMS-12873 LMIC OCIC WAIC Multi Co 0221 Liberty Mutual SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste.400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (l I I-IA) de Texas Consumer Protection (I 11-1A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX# (512)490-1007 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 aids-15292 10/15 Bond#022233329 006213-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, BurnsCo Construction Inc. ,known as"Principal'herein 9 and Liberty Mutual Insurance Company ,a corporate surety(sureties, if more 10 than one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether 11 one or more),are held and firmly bound unto the Developer,Pulte Homes of Texas, L.P.., 12 authorized to do business in Texas("Developer")and the City of Fort Worth,a Texas municipal 13 corporation("City"), in the penal sum of,Three Million Five Hundred and Forty Two Thousand 14 and Nine Hundred and Thirteen Dollars($3,542,913.00), lawful money of the United States,to 15 be paid in Fort Worth,Tarrant County,Texas for the payment of which sum well and truly to be 16 made jointly unto the Developer and the City as dual obligees,we bind ourselves,our heirs, 17 executors,administrators,successors and assigns,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 20 Facilities Agreement,CFA Number 22-0018;and 21 WHEREAS,the Principal has entered into a certain written contract with the Developer awarded 22 the 27 day of OCOtber ,20 22,which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders,as provided for in said Contract designated as Wellington Area South Phase 1. 26 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract,according to the 29 plans, specifications, and contract documents therein referred to,and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City,then this 31 obligation shall be and become null and void,otherwise to remain in full force and effect. CITY OF FORT WORTH Wellington Area 3 South -Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 2 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 27 day of_ October 9 ,20 22 . 10 PRINCIPAL: 11 BurnsCo nstructi Inc. 12 13 14 BY: C, IS St re 16 ATTES 17 18 John Burns,President 19 (Principal)Secretary Name and Title 20 21 Address: 6331 Southwest Blvd. 22 Benbrook,TX 76132 23 24 Wi ness as to Principal 25 SURETY: 26 Liberty Mutual Insurance Company 27 - 28 29 BY: 30 Si ature 31 32 Sophinie Hunter, Attorney-In-Fact 33 Name and Title 34 35 Address: 2200 Renaissance Blvd.,Suite 400 36 n King of Prussia, PA 19406 37 38 39 Witness as to Surety Telephone Number: 214-989-0000 40 41 42 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 43 from the by-laws showing that this person has authority to sign such obligation. If 44 Surety's physical address is different from its mailing address, both must be provided. 45 46 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Wellington Area 3 Sonde Phase l STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 Bond#022233329 0062 14-1 PAYMENT BOND Page I of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, BurnsCo Construction Inc. known as "Principal" herein, 9 and Liberty Mutual Insurance Company , a corporate surety 10 ( or sureties if more than one), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Pulte 12 Homes of Texas, L.P., authorized to do business in Texas "(Developer"), and the City of 13 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Three Million Five 14 Hundred and Forty Two Thousand and Nine Hundred and Thirteen Dollars ($3,542,913.00), 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 16 payment of which sum well and truly be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, 18 jointly and severally,firmly by these presents: 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community Facilities 21 Agreement,CFA Number 22-0018 and; 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the 27 day of October , 20 22 , which Contract is hereby 24 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 26 Work as provided for in said Contract and designated as Wellington Area 3 South Phase 1. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH Wellington Area 3 South-Phase 1 STANDARD CITY CONDITIONS-DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 0062 14-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 27 day of 6 October 20 22 . 7 PRINCIPAL' BurnsC onstru ion Inc. ATTEST: BY: Signa re John Burns,President (Principa)Secretary Name and Title Address: 6331 Southwest Blvd. Benbrook,TX 76132 Witness as to Principal SURETY: Liberty Mutual Insurance Company ATTEST: BY: Signa re &;v— yq,-L ,,._ Sophinie Hunter,Attorney-In-Fact (Surety)Secretary Name and Title Address: 2200 Renaissance Blvd.,Suite 400 King of Prussia, PA 19406 Witness as to Surety Telephone Number: 214-989-0000 8 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 10 bylaws showing that this person has authority to sign such obligation. If Surety's physical 11 address is different from its mailing address,both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH Wellington Area 3 South- Phase 1 STANDARD CITY CONDITIONS-DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 Bond#022233329 0062 19-1 MAINTENANCE BOND Page I of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we BurnsCo Counstruction, Inc. , known as"Principal" 9 herein and Liberty Mutual Insurance Company ,a corporate surety(sureties, if to more than one)duly authorized to do business in the State of Texas,known as"Surety"herein 11 (whether one or more),are held and firmly bound unto the Developer,Pulte Homes of Texas, 12 L.P.,authorized to do business in Texas("Developer")and the City of Fort Worth,a Texas 13 municipal corporation("City"), in the sum of Three Million Five Hundred and Forty Two 14 Thousand and Nine Hundred and Thirteen Dollars($3,542,913.00), lawful money of the United 15 States,to be paid in Fort Worth,Tarrant County,Texas,for payment of which sum well and truly 16 be made jointly unto the Developer and the City as dual obligees and their successors,we bind 17 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 18 firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number 22-0018;and 23 WHEREAS,the Principal has entered into a certain written contract with the Developer 24 awarded the 27 day of October ,20 22 ,which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 26 materials,equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 28 the"Work")as provided for in said Contract and designated as Wellington Area 3 South Phase 1; 29 and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans,specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two(2)years 34 after the date of Final Acceptance of the Work by the City("Maintenance Period");and CITY OF FORT WORTH Wellington Area 3 South Phase 1 STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 0062 19-2 MAINTENANCE BOND Page 2 of 3 1 2 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 3 upon receiving notice from the Developer and/or City of the need thereof at any time within the 4 Maintenance Period. 5 6 NOW THEREFORE,the condition of this obligation is such that if Principal shall 7 remedy any defective Work, for which timely notice was provided by Developer or City,to a 8 completion satisfactory to the City,then this obligation shall become null and void; otherwise to 9 remain in full force and effect. 10 11 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 12 noticed defective Work, it is agreed that the Developer or City may cause any and all such 13 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 14 by the Principal and the Surety under this Maintenance Bond; and 15 16 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 17 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 18 Worth Division;and 19 20 PROVIDED FURTHER,that this obligation shall be continuous in nature and 21 successive recoveries may be had hereon for successive breaches. 22 23 24 CITY OF FORT WORTH Wellington Area 3 South Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 27 day of October 3 92022 . 4 5 PRINCIPAL,; 6 Burns Constr ction Inc. 7 8 9 BY: 10 S' ature 11 ATTES . 12 13 John Burns,President 14 (Principal)Secretary Name and Title 15 16 Address: 6331 Southwest Blvd 17 ` 1 ' r _ Benbrook,TX 76132 18 19 Witness as to Principal 20 SURETY: 21 Liberty Mutual Insurance Company 22 23 24 BY: 25 *Sinatuten 26 27 Sophin_ie Hunter,Attorney-In-Fact 28 ATTEST: Name and Title 29 30 Address: 2200 Renaissance Blvd.,Suite 400 31 (Surety)Secr _ King of Prussia, PA 19406 32 33 34 i ness as to Surety Telephone Number: 214-989-0000 35 36 *Note: If signed by an 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 physical 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. 41 CITY OF FORT WORTH Wellington Area 3 South- Phase l STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 PAVING CONTRACT DOCUMENTS GILCO CONTRACTING SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Irern Speciliration Unit of Bid No. nescnpuon Section No Measure Quanun Una Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime 32 1129 TN 606 $195.30 $118,351.80 2 3213.0101 6"Cone Pvm4 32 13 13 SY 35638 $39.10 $1,393,445,80 3 3211.0501 6"Lime Treatment(30WSY) 31 1 1 29 SY 37760 $3.10 $117,056.00 4 3211.0502 8"Lime Treatment(364/SY) 32 11 29 SY 2207 $3.15 $6,952 05 5 3213.0301 4"Cone Sidewalk 32 1320 SF 42628 $6.15 $262,162.20 6 3213.0501 Barrier Free Ramp,Type R-l 32 1320 EA 24 $2,925.95 $70,222.80 7 3213,0506 Barrier Free Ramp,Type P-1 32 1320 EA 20 $2,259_15 $45,193 00 8 3471.0001 Traffic Control 3471 13 EA 1 $1,820.00 $1,820 00 9 3292.0400 Hydromulching,Seeding and Sodding 3292 13 SY 7508 $6.55 $49,177.40 10 9990.0017 7.5"Cone Pvmt 00 00 00 SY 2078 $45.50 $94,549 00 11 9999.0018 Pavement Header(2(Y) 00 00 00 EA 10 $1,000.00 $10,000 00 12 9999.0019 Install FOR Barricade 00 00 00 EA 10 $1.500.00 $15,000,00 14 9999.0020 Furnish/install Sign Post&Foundation 00 00 00 EA 26 $264.70 $6,882,20 16 9999.0022 Stop Sign(R I-[) 000000 EA 21 $88.25 $1,853.25 17 9999.0023 Street Name Blade 00 00 00 EA 104 $27.95 $2.906 80 18 9999.0024 Remove and Replace Asphalt Pavement 00 00 00 SY 42 $150.00 $6,300,00 9 1 -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 TOTAL UNIT IV:PAVING IMPROVEMENTS $2.201.862.30 SECTION 00 42 43 Developer Awarded Protects PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bhdders Proposal Bidlsst Item Descnpuon Spechficauon Unit of I Bid Unn Price Bid Value No Section No Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $0 00 UNIT II:SANITARY SEWER IMPROVEMENTS UNIT ill:DRAINAGE $0 00 IMPROVEMENTS $000 UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS $2.201,862,30 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $0 00 Soo Towconalruetion Bid $2.201,862.30 This Bid ix suhmiltcd by the entily untried below: BD]DER: BY:Leis M ins Gilco Contracting,Inc. } 6331 Soulbwest Blvd. TITLE:Vice President of Operations Benhrook,TX 76 T32 BATE:5/4/2012 Contraclor agree to complete WORK for FINAL ACCEPTANCE within working days after The dale when the CONTRACT commences to ran as proeided In the General Conditions. 60 END OF SECTION 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP—PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. In the"Major Work Type"box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Gilco Contracting, Inc. 11/30/2022 Construction/Reconstruction Unlimited The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gilco Contracting, Inc. BY: LeiAlcQuien 6331 Southwest Boulevard Benbrook,'I'X, 76132 a.,--,,v (Signature) TITLE: VP Operations DATE: 10/27/2022 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT—DEVELOPER AWARDED PROJECTS 00 45 12—Prequalification Statement 2015_DAP Form Version September 1,2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 103654. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Gilco Contracting,Inc. By: Leia McQuien 12 Company (P ase Print) 13 14 6331 Southwest Blvd Signature: 15 Address 16 17 Benbrook, TX 76132 Title: Vice President, Operations 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 Leia Mc uien , known to me to be the person whose name is 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of Gilco Contracting,Inc for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this daylolf 32 April, 2022. 33 34 .P�e HEATHER PAIGE WILLIAMS 35 _-' Notary Public,State of Texas 36 =': *= My Commission Expires Nota Public in and for th tate of Texas Au ust 11,2025 %9rF 0�iftP 9 3] NOTARY ID 12430520 38 END OF SECTION 39 CITY OF FORT WORTH Wellington Area 3 South Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103654 Revised July 1,2011 005243-1 Developer Awarded Project Agreement Page I of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 10/27/2022 is made by and between the Developer, 5 Pulte Homes of Texas,L.P., authorized to do business in Texas("Developer"), and GILCO 6 CONTRACTING authorized to do business in Texas, acting by and through its duly 7 authorized representative,("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Wellington Area 3 South—Phase 1 17 CPN.•103654 18 Article 3. CONTRACT TIME 19 3.1, Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 60 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above,plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds ofTwo miLLION,TWO HUNDRED ONE THOUSAND,EIGHT HUNDRED SIXTY TwoDollarSAND THIRTY CENTS, 41 ($ 2,201,862.30 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form(As provided by Developer) 49 1) Proposal Form(DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents(project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond(DAP Version) 54 d. Performance Bond(DAP Version) 55 e. Maintenance Bond(DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued,become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 76 CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 1 005243-3 Developer Awarded Project Agreement Page 3 of 4 77 Article 6.INDEMNIFICATION I 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused,in whole or in part, by any act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs,expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers,servants and employees,from and against any and all loss,damage 91 or destruction of property of the city,arising out of,or alleged to arise out of,the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused in whole or in part, 96 by any act,omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. j 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. l CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-4 Developer Awarded Protect Agreement Page 4 of 4 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 Contractor: Developer: Gilco Contracting Pulte Homes of Texas, L.P. B B (Signature) Signature) Leia McQuien (Printed Name) (Printed Name) Title: Vice President Operations Title: V P 1!p� �P/N1tfi�!— Company Name: Gilco Contracting Company name: Pulte Homes of Texas, L.P. Address: 6331 Southwest Blvd. Address: 91 1 1 Cypress Waters Blvd. Suite 100 City/State/Zip: Benbrook,TX 76132 City/State/Zip: Coppell,TX 75019 10/27/2022 Date Date 128 CITY OF FORT WORTH Wellington Area 3 Sourh—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 DATE(MM/DD/YYYY) ,4�Ro CERTIFICATE OF LIABILITY INSURANCE I 08/24/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES a BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT 13 NAME: Aon Risk Services Southwest, Inc. PHONE (214) 989-0000 FAX (214) 989-2530 8 Dallas TX Office (A/C.No.Ext): No.A/C. 13 5005 Lyndon B Johnson Freeway E-MAIL p Suite 1500 ADDRESS: _ Dallas Tx 75244 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Liberty Insurance Corporation 42404 Gilco Contracting, Inc. INSURER B: Liberty Mutual Fire Ins Co 23035 6331 southwest Blvd. Benbrook Tx 76132 USA INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570095005883 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSIR LTR TYPE OF INSURANCE IN SD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS 6777 A X COMMERCIAL GENERAL LIABILITY TB Z EACH OCCURRENCE $1,000,000 CLAIMS-MADE x]OCCUR PREMISES Ea occurrence) $100,000 X Includes Contractual Liability MED EXP(Any one person) $10,000 X Includes XCU PERSONAL&ADV INJURY $1,000,000 0 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 0 POLICY X❑JRO- E ❑LOC PRODUCTS-COMP/OP AGG $2,000,000 rn 0 OTHER: o B As2-Z91473015012 06/20/2022 06/20/2023 COMBINED SINGLE LIMIT n AUTOMOBILE LIABILITY - - $1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) 0 Z OWNED SCHEDULED BODILY INJURY(Per accident) 0 AUTOS ONLY AUTOS R HIRED AUTOS NON-OWNED PROPERTY DAMAGE V ONLY AUTOS ONLY Per accident A X UMBRELLA LIAB X OCCUR TH7Z91473015042 06/20/2022 06/20/2023 EACH OCCURRENCE $1,000,000 U EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED RETENTION B WORKERS COMPENSATION AND WC2Z91473015032 06/20/2022 06/20/2023 X PER STATUTE OTH- EMPLOYERS'LIABILITY Y/N ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in Ni E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) ZJ RE: Community Facilities Agrreement, CFA Number 22-0018, Wellington Area 3 South Phase 1, CPN:103654. Where required by written contract and subject to policy terms and conditions, City of Fort Worth, its officers, employees, and servants are included as Additional Insured for General Liability and Automobile Liability as required by written contract. Insurance is on a primary and non-contributory basis. Waiver of Subrogation in favor of same with respects to the workers' compensation coverage. XCU is not excluded under this policy. General Liability coverage applies on a per project basis. CERTIFICATE HOLDER CANCELLATION 2i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Fort Worth AUTHORIZED REPRESENTATIVE 200 Texas Street Fort Worth TX 76102 USA y `r�r � �� rr� ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DATE(MM/DD/YYYY) ,4�Ro CERTIFICATE OF LIABILITY INSURANCE I 08/24/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS a CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES a BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT 13 NAME: Aon Risk Services Southwest, Inc. PHONE (214) 989-0000 FAX (214) 989-2530 8 Dallas Tx Office (A/C.No.Ext): A/C.No.: 5005 Lyndon B Johnson Freeway E-MAIL p Suite 1500 ADDRESS: _ Dallas Tx 75244 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Liberty Insurance Corporation 42404 Gilco Contracting, Inc. INSURER B: Liberty Mutual Fire Ins Co 23035 6331 southwest Blvd. Benbrook Tx 76132 USA INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570095006035 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSIR LTR TYPE OF INSURANCE IN SD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS 6777 A X COMMERCIAL GENERAL LIABILITY TB Z EACH OCCURRENCE $1,000,000 CLAIMS-MADE x]OCCUR PREMISES Ea occurrence) $100,000 X Includes Contractual Liability MED EXP(Any one person) $10,000 X Includes XCU PERSONAL&ADV INJURY $1,000,000 'COO GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $2,000,000 0 POLICY ❑X JRO- E ❑LOC PRODUCTS-COMP/OP AGG $2,000,000 rn 0 OTHER: o B As2-Z91473015012 06/20/2022 06/20/2023 COMBINED SINGLE LIMIT n AUTOMOBILE LIABILITY - - $1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) 0 Z OWNED SCHEDULED BODILY INJURY(Per accident) 0 AUTOS ONLY AUTOS R HIRED AUTOS NON-OWNED PROPERTY DAMAGE V ONLY AUTOS ONLY Per accident A X UMBRELLA LIAB X OCCUR TH7Z91473015042 06/20/2022 06/20/2023 EACH OCCURRENCE $10,000,000 U EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED RETENTION B WORKERS COMPENSATION AND WC2Z91473015032 06/20/2022 06/20/2023 X PER STATUTE OTH- EMPLOYERS'LIABILITY Y/N ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in Ni E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Community Facilities Agreement, CFA Number 22-0018, Wellington Area 3 South Phase 1, CPN:103654. Pulte Homes of Texas, L.P. and City of Fort Worth and their respective officers, agents, servants, employees, subcontractors and licensees are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein i Primary and Non-Contributory to other insurance available to an Additional Insured, but s Prim t� only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Pulte Homes Of Texas, L.P. AUTHORIZED REPRESENTATIVE 9111 Cypress Waters Blvd. Suite l T y ` �� Suite Tx 75019 USA c (�s¢�/ a ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD iI This Power of Attorney limits the acts of those named herein, a and they have no authority to bind the Company except in the manner and to the extent herein stated, Liber7 MUtU I Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Certificate No: 8205467-022020 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E Cornell;Joshua Saunders;Kelly A.Westbrook;Mikaela Peppers;Ricardo J.Reyna;Robbi Morales;Sophinie Hunter;Tina McEwan;Tonic Petranek all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful aftomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April 2021 Liberty Mutual Insurance Company ti S41"? --I INS& The Ohio Casualty Insurance Company Po .0 0 West American Insurance Company ,a, Q, he Lu 1991 0 191 1919 0 0 a) P o la 1YAMPS 0 -0. .=W 0 By: M State of PENNSYLVANIA David M.Carey,Assistant Secretary M 0 =3,County of MONTGOMERY ss E 0 -60 :03) On this 23rd day of April 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance -ffi Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 9)in CL 0 0 41 Commonwealth of Pennsylvania-Notary Seal Teresa >— do 11 sa Paistella,Notary Public — M 7 Montgom ery County E E My commission By: 0 Commison expires March 28,2025 sion number 1126044 a Pastella,Notary Public 0 'A Member,Pennsylvania Associa(D don of Notaries Teres M 0 o) a) _ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 3:Cl? O.S; Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 C\I E 0-CO " 6 ARTICLE IV-OFFICERS:Section 12.Power of Attorney. -�' 40- Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the ?C:) President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety Ca > M any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers ofaftomey,shall-0 Coo a) have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such CO: a) on Z L) instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. u-o (D CL ARTICLE All-Execution of Contracts;Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of %NS4 LKY INS& 1NS14 ofLP0 09POR, OR Po 1912 0 1919 1991 0 By: CH'3 0 &AM? A -$" I Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OGIC WAIC Multi Co 02/21 I 1 { LibertX t " SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste.400 King of Prussia,PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(1I I-IA) de Texas Consumer Protection(I I I-IA) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX# (512)490-1007 Web: http://www.tdi.texas.gov Web: htip://www.tdi.texas.gov E-mail: ConsumerProtectionna tdi.texas.gov E-mail: ConsumerProtectiongtdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento(TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. i NP70680901 LMS-15292 10115 � Bond#022233328 0062 13-1 PERFORMANCE BOND Page I of SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Gilco Contracting Inc. known as"Principal" 9 herein and Liberty Mutual Insurance Company a corporate surety(sureties, if 10 more than one)duly authorized to do business in the State of Texas,known as"Surety"herein 11 (whether one or more), are held and firmly bound unto the Developer,Pulte Homes of Texas, 12 L.P., authorized to do business in Texas("Developer")and the City of Fort Worth,a Texas 13 municipal corporation("City"),in the penal sum of, 14 Two Million Two Hundred One Thousand Eight Hundred Sixty Two and 30/100Dollars($ 2,201,862.30 15 lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas for the 16 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly 18 and severally, firmly by these presents. 19 WHEREAS,Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement,CFA Number 22-0018, and 22 WHEREAS,the Principal has entered into a certain written contract with the Developer awarded 23 the 27 day of October_,20 22,which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor 25 and other accessories defined by law, in the prosecution of the Work,including any Change 26 Orders,as provided for in said Contract designated as Wellington Area 3 South Phase 1. 27 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, 30 specifications,and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer andlor City,then this 32 obligation shall be and become null and void,otherwise to remain in full force and effect. CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 2 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended,and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 27 day of October 9 ,20 22 . 10 PRINCIPAL: 11 Gilco Contractiniz Inc 12 13 14 BY: 15 S ignature 16 17 18 J "Pi Leia McQuien,Vice President-Operations 19 (Principal)Secretary Name and Title 20 21 Address: Gilco Contracting 22 6331 Southwest Blvd. 23 Benbrook,TX 76132 24 25 Witn s to Principal 26 SURETY: 27 Liberty Mutual Insurance Company 28 29 30 BY: 31 Si nature 32 33 Sophinie Hunter, Attorney-In-Fact 34 Name and Title 35 36 Address: 2200 Renaissance Blvd. #400 37 King of Prussia, PA 19406 38 39 40 Witness as to Surety Telephone Number: 214-989-0000 41 42 43 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 44 from the by-laws showing that this person has authority to sign such obligation. If 45 Surety's physical address is different from its mailing address,both must be provided. 46 47 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 Bond#022233328 0062 14-1 PAYMENTBOND Page I of 2 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Gilco Contracting Inc. known as "Principal" herein,and 9 Liberty Mutual Insurance Company , a corporate surety (or 10 sureties if more than one), duly authorized to do business in the State of Texas, known as II "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Pulte 12 Homes of Texas, L.P., authorized to do business in Texas "(Developer"), and the City of Fort 13 Worth, a Texas municipal corporation ("City"), in the penal sum 14 Of Two Million Two Hundred One Thousand Eight Hundred Sixty Two and 30/100 Dollars ($2,201,862.30 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 16 payment of which sum well and truly be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly 18 and severally,firmly by these presents: 19 WHEREAS,Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community Facilities 21 Agreement,CFA Number 22-0018;and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the 27 day of October , 20 22 , which Contract is hereby 24 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 26 Work as provided for in said Contract and designated as Wellington Area 3 South Phase 1. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code,as amended)in the prosecution of the Work under 30 the Contract,then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 006214-2 PAYMENTBOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 27 day of 6 October 20 22 7 PRINCIPAL: Gilco Contracting Inc. ATTEST: BY: ` Sig ature Leia McQuien,Vice President-Operations q(((Frmcj al) Secretary Name and Title Address: Gilco Contracting AOKI6331 Southwest Blvd. Benbrook,TX 76132 as to Principal SURETY: Liberty Mutual Insurance Company ATTEST: BY: Moy,1Ltt, i7 Signature V4 1— Sophinie Hunter, Attorney-In-Fact (Surety) Secretary Name and Title Address: 2200 Renaissance Blvd. 1400 King of Prussia, PA 19406 Witness as to Surety Telephone Number: 214-989-0000 8 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 10 bylaws showing that this person has authority to sign such obligation. If Surety's physical 11 address is different from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 Bond#022233328 0062 19-1 MAINTENANCE BOND Pagel of SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Gilco Contracting Inc known as"Principal"herein 9 and Liberty Mutual Insurance Company a corporate surety(sureties,if more 10 than one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether 11 one or more), are held and firmly bound unto the Developer,Pulte Homes of Texas,L.P., 12 authorized to do business in Texas("Developer")and the City of Fort Worth,a Texas municipal 13 corporation("City"),in the SUM Of Two Million Two Hundred One Thousand Eight Hundred Sixty Two and 3o/iooDollars 14 ($2,201,862.30 lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees and their successors,we bind ourselves,our heirs, 17 executors, administrators, successors and assigns,jointly and severally,firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement,CFA Number 22-0018;and 22 WHEREAS,the Principal has entered into a certain written contract with the Developer 23 awarded the 27 day of October ) 20 22 ,which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 25 materials, equipment labor and other accessories as defined by law,in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 27 the"Work")as provided for in said Contract and designated as Wellington Area 3 South Phase 1; 28 and 29 30 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two(2)years 33 after the date of Final Acceptance of the Work by the City("Maintenance period"); and 34 CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 ti 0062 19-2 MAINTENANCE BOND Page 2 of 3 I WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE,the condition of this obligation is such that if Principal shall 6 remedy any defective Work,for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City,then this obligation shall become null and void;otherwise to 8 remain in full force and effect. 9 10 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 17 Worth Division; and 18 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH ff7ellinglon Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 27 day of October 3 , 20 22 . 4 5 PRINCIPAL: 6 Gilco Contractin2 Inc 7 8 9 BY: 10 ignature 11 AT 12 13 Leia McOuien,Vice President-Operations 14 (Prin ' al)Secretary Name and Title 15 16 Address: Gilco Contracting 17 6331 Southwest Blvd. 18 Benbrook,TX 76132 19 20 4Witns 6toPrintcipall 21 SURETY: 22 Liberty Mutual Insurance Company 23 _ 24 25 BY: 0 26 Si nature 27 28 Sophinie Hunter, Attorney-In-Fact 29 ATTEST: Name and Title 30 !I 31 Address: 2200 Renaissance Blvd. #400 32 (Surety)Secret King of Prussia, PA 19406 33 �4. � �. �� , 34 35 Witness as to Surety Telephone Number: 214-989-0000 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS 103654 Revised January 31,2012 STREET LIGHTING CONTRACT DOCUMENTS INDEPENDENT UTILITY CONSTRUCTION , INC . Street Light DAP-BID PROPOSAL Page 1 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 5361 $16.00 $85,776.00 2 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 5361 $4.67 $25,035.87 3 3441.3303 Rdwy Ilium Foundation TY 7 34 41 10 EA 71 $1,162.00 $82,502.00 4 3441.3035 Furnish/Install Utility Washington Postlite 34 41 20 EA Series Luminaire Full Cutoff LED and Pole 71 $1,278.00 $90,738.00 5 6 _ 7 8 9 10 11 12 13 14 15 16 17 18 _ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $284,051.87 CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version May 22,2019 Wellington Area 3 South Phase 1 Street Light DAP-BIDPROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $0_.00 UNIT II:SANITARY SEWER IMPROVEMENTS 4^ $0.00 UNIT III:DRAINAGE IMPROVEMENTS $0.00 UNIT IV:PAVING IMPROVEMENTS $0.00 UNIT V:STREET LIGHTING IMPROVEMENTS $284,051.87 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $0.00 Total Construction Bid $284,051.87 This Bid is submitted by the entity named below: BIDDER: BY: hard Wolfe Independent Utility Construction,Inc 5109 Sun Valley Drive TITLE: res Fort Worth,TX 76119 DATE: 05/02/2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 45 worldng days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 Wellington Area South Phase 1 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of I SECTION 00 45 12 DAP—PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the"Major Work Type"box provide the complete major work We and actual description as provided by the Water Department for water and sewer and TPW for paving_. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Street Lighting Independent Utility Construction,Inc. 03/01/2023 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. B 'chard Wolfe 5109 Sun Valley Drive Fort Worth,TX 76119 Ar i atu TITLE: President DATE: 02/08/2022 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT—DEVELOPER AWARDED PROJECTSResourcesP_30-New Development Resources—Specs and Contract Documents_00 45 12_Prequalificati. Form Version September 1,2015 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 103654. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 Independent Utility Constrution, Inc. By: chard Wolfe 13 Company ",11eaeint) ,. 14 15 5109 Sun Valley Drive Signature: 16 Address 17 18 Fort Worth, TX 76119 Title: President 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority, on this day personally appeared 27 Richard Wolfe ,known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of Independent Utility Construction, Inc. for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GI UNDER MY HAND AND SEAL OF OFFICE this day of 33 �i� 20` 34 35 36 uuq `���rPY CHRISTINA GARCIA 37 ax° i6z Notary Public,State of Texas ry Public in and for the State of Texas 38 �;�•.�, '�= Comm. Expires 12-20-2024 +. Notary ID 130940785 39 OF SECTION 40 CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103654 Revised April 2,2014 00 52 43-1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 10/27/2022 is made by and between the Developer, 5 Pulte Homes of Texas, L.P., authorized to do business in Texas ("Developer") , and 6 INDEPENDENT UTILITY CONSTRUCTION INC., authorized to do business in Texas, acting 7 by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Wellin ton Area 3 South—Phase 1 17 CPN.-103654 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 45 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Two Hundred and Eighty Four Thousand and Fifty One 41 Dollars and Eighty Seven Cents($284,051.87). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form(As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents(project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond(DAP Version) 54 d. Performance Bond(DAP Version) 55 e. Maintenance Bond(DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 76 CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused, in whole or in part, by any act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs,expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers,servants and employees,from and against any and all loss,damage 91 or destruction of property of the city,arising out of,or alleged to arise out of,the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by any act,omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Wellington Area 3 South—Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 127 Contractor: Developer: Inde end jgnt Utility Construction, Inc. Pulte Homes of Texas, L.P. B B (Sig ure) (Signature) Richard Wolfe (Printed Name) (Printed Name) Title: President Title: t/F 6F L-Ap p y ,� ;,pr►,� _ Company Name: Independent Utility Company name: Pulte Homes of Texas,L.P. Construction Address: 5109 Sun Valley Drive Address: 9111 Cypress Waters Blvd. Suite 100 City/State/Zip: Fort Worth, TX 76119 City/State/Zip: Coppell, TX 75019 Date Date 128 �. GptASTR(!� = SEAL • V ti CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS 103654 Revised June 16,2016 A�" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/24/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Joyce Womack NAME: The Sweeney Company HCONN. Ext: (817)457-6700 (FAX ,No): (817)457-7246 1121 E. Loop 820 South E-MAIL Joyce@thesweeneyco.com ADDRESS: P O Box 8720 INSURER(S)AFFORDING COVERAGE NAIC# Fort Worth TX 76124-0720 INSURERA: Am Cas Co of Reading,PA 20427 INSURED INSURER B: Continental Casualty Co 20443 Independent Utility Construction,Inc. INSURER C: Travelers Property Casualty Company of America 25674 5109 Sun Valley Drive INSURER D: Texas Mutual Insurance Company 22945 INSURER E Fort Worth TX 76119-6411 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEAUULbUbK POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDrence $ 100'000 X CONTRACTUAL MED EXP(Any one person) $ 15,000 A X XCU 6076055350 10/31/2022 10/31/2023 PERSONAL&ADV INJURY $ 1,000,000 HGEWLAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 2'000'000 JECT OTHER: $1,000 Ded per PD Occ Lmtd Pollution"Sites" $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED 6076055364 10/31/2022 10/31/2023 BODI LY I NJ U RY(Pe r accide nt) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 C EXCESS LAB CLAIMS-MADE CUP-6S456123-22-NF 10/31/2022 10/31/2023 AGGREGATE $ 3,000,000 DED I X1 RETENTION $ 10,000 $ WORKERS COMPENSATION X1 STER ATUTE EORH AND EMPLOYERS'LIABILITY Y/N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ D OFFICER/MEMBER EXCLUDED? N/A 0010713602 10/31/2022 10/31/2023 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1'000'000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Proj 103654 Street Lighting Improvements to serve Wellington Area 3 South-Phase 1.WC,GL&auto include a blanket automatic waiver of subrogation endorsement&the GL,auto include a blanket automatic additional insured endorsement providing additional insured&waiver of subrogation status to the certificate holder only when there is a written contract between the named insured&the certificate holder that requires such status.The additional insured endorsements contains special primary&noncontributory wording.Umbrella follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN CITY OF FORT WORTH ACCORDANCE WITH THE POLICY PROVISIONS. 200 TEXAS ST AUTHORIZED REPRESENTATIVE FORT WORTH TX 76102 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD A�" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/24/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Joyce Womack NAME: The Sweeney Company HCONN. Ext: (817)457-6700 (FAX ,No): (817)457-7246 1121 E. Loop 820 South E-MAIL Joyce@thesweeneyco.com ADDRESS: P O Box 8720 INSURER(S)AFFORDING COVERAGE NAIC# Fort Worth TX 76124-0720 INSURERA: Am Cas Co of Reading,PA 20427 INSURED INSURER B: Continental Casualty Co 20443 Independent Utility Construction,Inc. INSURER C: Travelers Property Casualty Company of America 25674 5109 Sun Valley Drive INSURER D: Texas Mutual Insurance Company 22945 INSURER E Fort Worth TX 76119-6411 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEAUULbUbK POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDrence $ 100'000 X CONTRACTUAL MED EXP(Any one person) $ 15,000 A X XCU 6076055350 10/31/2022 10/31/2023 PERSONAL&ADV INJURY $ 1,000,000 HGEWLAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 2'000'000 JECT OTHER: $1,000 Ded per PD Occ Lmtd Pollution"Sites" $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED 6076055364 10/31/2022 10/31/2023 BODI LY I NJ U RY(Pe r accide nt) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 C EXCESS LAB CLAIMS-MADE CUP-6S456123-22-NF 10/31/2022 10/31/2023 AGGREGATE $ 3,000,000 DED I X1 RETENTION $ 10,000 $ WORKERS COMPENSATION X1 STER ATUTE EORH AND EMPLOYERS'LIABILITY Y/N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ D OFFICER/MEMBER EXCLUDED? N/A 0010713602 10/31/2022 10/31/2023 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1'000'000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Proj 103654 Street Lighting Improvements to serve Wellington Area 3 South-Phase 1.WC,GL&auto include a blanket automatic waiver of subrogation endorsement&the GL,auto include a blanket automatic additional insured endorsement providing additional insured&waiver of subrogation status to the certificate holder only when there is a written contract between the named insured&the certificate holder that requires such status.The additional insured endorsements contains special primary&noncontributory wording.Umbrella follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN PULTE HOMES OF TEXAS LP ACCORDANCE WITH THE POLICY PROVISIONS. 9111 CYPRESS WATERS BLVD AUTHORIZED REPRESENTATIVE SUITE 100 COPPELL TX 75019 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARIll I HI, JAMt POWER#AND ISSUED PRIOR TO 04120111, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220052 06 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMFRS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies,' duly organized and existing under the laws of the State of Ohio, and having its prihcipal office in Westfield Center, Medina County, Ohio,do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the.premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President, any Senior Executive,any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power, and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved,that the signature of any such designated person and the seat of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shalt be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 . Corporate w•"....wrr.,, «.......,,, Seals ,rr,`P'**.UFt,{/fC' ;,`,P��(7NF��NS'' `IISU WESTFIELD INSURANCE COMPANY _ / C'°a WESTFIELD NATIONAL INSURANCE COMPANY Affixed Fk.ry w. p` c o. A - �` OHIO FARMERS INSURANCE COMPANY •' a �✓�.0 L tig tnn SSEALX :m State of Ohio Richard L. Kinnaird, Jr., National Surety Leader and County of Medina SS.: Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides'in Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the Seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order- Notarial Seal `• %A 1_ ay Affixed �P \III/%F O; �v William J. Kahelin,A rney at Law, Notary Public State of Ohio J �;+►Tp My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina SS.: T QTt OF O I,Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is stilt in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D., IIKSR 40111 4 :x :«: 0.�3 �� /iii s vN►►� sa N SEAL ���AL m' =o• is. Secretary �,.•� ,r ��� z•, :o• ; 1848 ; Frank A. Carrina, Secretary BPOAC2 (combined) (06-02) IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's Usted puede Ilamar al numero de telefono gratis de toll-free telephone number for information or to Westfield Insurance Company's /Ohio Farmers make a complaint at: Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Usted tambien puede escribir a Westfield Insurance Company at: Company/ Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Plano, Texas 75074-8848 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on Seguros de Texas para obtener informacion acerca companies, coverages, rights or complaints de companias, coberturas, derechos o quejas al: at: 1-800-252-3439 1-800-252-3439 Puede escribir al Departamento de Seguros de You may write the Texas Department of Texas: Insurance: P. O. Box 149104 P. O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512)475-1771 Fax: (512) 475-1771 Web: hftp://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: Co nsumerProtection6a�tdi.state.tx.us E-mail: ConsumerProtection(a:�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: PREMIUM OR CLAIM DISPUTES: Si tiene una disputa concerniente a su prima o a un Should you have a dispute concerning your reclamo, debe comunicarse con el agente o premium or about a claim you should Westfield Insurance Company/Ohio Farmers contact the agent or Westfield Insurance Insurance Company primero. Si no se resuelve la Company and/or Ohio Farmers Insurance disputa, puede entonces comunicarse con el Comapny first. If the dispute is not resolved, departamento (TDI). you may contact the Texas Department of Insurance. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se ATTACH THIS NOTICE TO YOUR convierte en parte o condicion del documento POLICY: This notice is for information only adjunto. and does not become a part or condition of the attached document. 0061 13-1 PERFORMANCE BOND Past 1 ur2 Bond No. 204148K SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utility Construction Inc. known as"Principal" herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than one)duly 9 authorized to do business in the State of Texas, known as"Surety" herein(whether one or more), 10 are held and firmly bound unto the Developer,Pulte Homes of Texas. L.P., authorized to do I 1 business in Texas("Developer")and the City of Fort Worth,a Texas municipal corporation 12 ("City"), in the penal sum of,Two Hundred Eighty-Four Thousand Fifty-One Dollars& Eighty- 13 Seven Cents($284,051.87) lawful money of the United States,to be paid in Fort Worth,Tarrant 14 County,Texas for the payment of which sum well and truly to be made,jointly unto the Developer 15 and the City as dual obliges, we bind ourselves, our heirs, executors,administrators, Successors and 16 assigns,jointly and severally,firmly by these presents. 17 WHEREAS,Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number 22-0018 ; and 20 WHEREAS,the Principal has entered into a certain written contract with the Developer 21 awarded the 27 day of October , 2022, which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 23 labor and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders,as provided for in said Contract designated as Street Lip_htinp,Improvements to serve 25 Wellington Area 3 South—Phase 1. 26 NOW,THEREFORE,the condition of this obligation is Such that if the said Principal 27 shall 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 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. 32 33 CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103654 Revised;lanuary 31,2012 0061 13-2 PERFORMANCE BOND Pau 2 ut'2 Bond No. 204148K I PROVIDED FURTHER, that if any legal action be filed on this Bond,venue shall lie in 2 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 "This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended,and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the 27 day of October ,2022. 9 PRINCIPAL: 10 1NDEPEN T UTILI"i'Y II CONST U ION INC. 12 13 BY: 14 Sig re 15 ATTVie 16 17 Richard Wolfe, President 18 ( rinary Morgan Wolfe Name and Title 19 20 Address: 5109 Sun Valley Drive 21 Fort Worth,Texas 76119 22 23 (,p ni �' _ 24 Witness as to Principal Christina Garcia SURETY: 25 WESTFIELD INSURANCE COMPANY 26 27 28 29 Signature 0 30 31 Elizabeth Gray,Attorney-in-Fact 32 Name and Title 33 34 Address:555 Republic Drive,Suite 450 35 Plano,Texas 75074 36 37 38 Witness as to Surety Heather Heath Telephone Number:972-516-2600 39 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 fi-om the by-laws showing that this person has authority to Sign such obligation. if 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Wellineton Area 3 South—Phase I STANDARD C11 Y CONDITIONS—DEVELOPER AWARDED PROJECTS City Protect No. 103654 Revised.lanuary 31:2012 0061 14-1 PAYWNT BOND Pave 1 of 2 Bond No. 204148K I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utility Construction hic known as "Principal" herein, 8 and Westfield Insurance Company , a corporate surety (or sureties if more than 9 one), duly authorized to do business in the State of Texas, known as"Surety"herein(whether one 10 or more), are held and firmly bound unto the Developer Pulte Homes of Texas, L.P. authorized 1 I to do business in Texas("Developer"),and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of Two Hundred Eighty-Four Thousand Fifty-One Dollars & Eighty- 13 Seven Cents ($284,051.87) lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, for the payment of which sum well and truly be made jointly unto the Developer 15 and City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally,firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement,CFA Number 22-0018 ;and 20 WHEREAS,Principal has entered into a certain written Contract with Developer, 21 awarded the 27 day of 0(-tohPr ,2022,which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment, 23 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 24 said Contract and designated as Street Lighting Improvements to serve Wellington Area 3 South 25 —Phase 1. 26 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any(and all) payment bond beneficiary(as defined in 28 Chapter 2253 of the Texas Government Code,as amended) in the prosecution of the Work under 29 the Contract,then this obligation shall be and become null and void;otherwise to remain in full 30 force and effect. 31 32 CITY 01 FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103654 Revised January 31.2012 0061 14-2 PAYMENT BOND Paw 2 ul 2 Bond No. 204148K I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the27 day of October , 2022. PRINCIPAL: INDEPEN T UTILITY CONSTRJ6410N. INC. ATTEST: BY: Signati Richard Wolfe, President ( Tin ipal Secretary Morgan W re Name and Title Address: 5109 Sun Valley Drive n t_ Fort Worth,Texas 76119 ness as to Principal Christina Garcia SURETY: WESTFIELD INSURANCE COMPANY ATTEST: BY: ./ - _ Signature Elizabeth Gray. Attorney-in-Fact (Surety) Secretary Frank A.Carrino Name and Title Address: 555 Republic Drive, Suite 450 Plano,Texas 75074 Witness as to Surety Heather Fleath Telephone Number: 972-516-2600 6 7 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 8 bylaws showing that this person has authority to sign such obligation. If Surety's physical 9 address is different from its mailing address, both must be provided. 10 I I The date of the bond shall not be prior to the date the Contract is awarded. 12 13 END OF SECTION CITY OF FORT WORTH Weltinaton Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVEt.OPER AWARDED PROJECTS City Pntiect No. 103654 Revised JarILlary 31.2012 0062I)-1 MAINTENANCE BOND Paee 1 43 Bond No. 204148K SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Independent Utility Construction Inc. known as"Principal" herein and 9 Westfield Insurance Company,a corporate surety(sureties, if more than one)duly 10 authorized to do business in the State of Texas, known as"Surety" herein(whether one or more), I 1 are held and Firmly bound unto the Developer, Pulte Homes of Texas, L.P., authorized to do 12 business in Texas("Developer")and the City of Fort Worth,a Texas municipal corporation 13 ("City"), in the sum of Two Hundred Eighty-Four Thousand, Fiftv-One Dollars& Eighty-Seven 14 Cents($284,051.87) lawful money of the United States,to be paid in Foil Worth,Tarrant County, 15 Texas,for payment of which Sum well and truly be made jointly unto the Developer and the City 16 as dual obligees and their successors, we bind ourselves, our heirs,executors,administrators, 17 successors and assigns,jointly and severally,firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 22-0018 ; and 22 WHEREAS,the Principal has entered into a certain written contract with the Developer 23 awarded the 27 day of October ,2022,which Contract is hereby referred to and 24 a made part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 25 labor and other accessories as defined by law, in the prosecution of the Work, Including any 26 Work resulting from a duly authorized Change Order(collectively herein,the"Work") as 27 provided for in said Contract and designated as Street Lighting Improvements to serve 28 Wellington Area 3 South—Phase 1; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans,specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two(2)years 33 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 34 CITY OF FORT WORTH Wellinetun Area 3 Sauth—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103654 Revised January 3 L 2012 0062 19-2 MAINTENANC 'BOND Pax 2 of 3 Bond No. 204148K I WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in pall 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE,the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City,to a 7 completion satisfactory to the City,then this obligation shall become null and void; otherwise to 8 remain in fill force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely I I noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond;and 14 15 PROVIDED FURTHER,that if any legal action be Filed on this Bond, venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Foil 17 Worth Division;and IS 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FOR'r WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No 103654 Revised January 31,2012 0062 19-3 MAINTENANCE BONI) Page 3 ol'3 Bond No. 204148K I IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 27 day of October 20 22. 3 4 PRINCIPAL: 5 INDEPENDENT UTILITY 6 CONST TION INC. 7 8 BY: 9 Signature 10 *ATTE,Il 12 Richard Wolfe,President 13 ry Morgan Wolfe Name and Title 14 15 Address: 5109 Sun Valley Drive 16 Fort Worth,Texas 76119 17 18 19 itness as to Principal Christina Garcia 20 SURETY: 21 WESTFIELD INSURANCE COMPANY 22 23 24 BY:Q A d 25 Sign ure 26 27 Elizabeth Gray,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 �i r 3n�ti o _ Address: 555 Republic Drive,Suite 450 31 (Surety Secretary Frank A Carr' o Plano.Texas 75074 32 33 34 itness as to Surety eather Heath Telephone Number:972-516-2600 35 36 *Note: If signed by an 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 physical 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. 41 CITY OF FORT WORTH Wellington Area 3 South—Phase I STANDARD CITY CONDI'rIONS—DEVELOPER AWARDED PROJECrs City Project No. 103034 Revised January 31.2012 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................5 Article2—Preliminary Matters.........................................................................................................................6 2.01 Before Starting Construction........................................................................................................6 2.02 Preconstruction Conference..........................................................................................................6 2.03 Public Meeting..............................................................................................................................6 Article 3 —Contract Documents and Amending...............................................................................................6 3.01 Reference Standards .....................................................................................................................6 3.02 Amending and Supplementing Contract Documents ..................................................................6 Article4—Bonds and Insurance.......................................................................................................................7 4.01 Licensed Sureties and Insurers.....................................................................................................7 4.02 Performance, Payment, and Maintenance Bonds ........................................................................7 4.03 Certificates of Insurance...............................................................................................................7 4.04 Contractor's Insurance..................................................................................................................9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5—Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services,Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and"Or-Equals".......................................................................................................14 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others ...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas .......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection..................................................................................................................21 5.14 Safety Representative .................................................................................................................21 5.15 Hazard Communication Programs .............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 5.18 Indemnification...........................................................................................................................24 5.19 Delegation of Professional Design Services ..............................................................................24 5.20 Right to Audit: ............................................................................................................................25 5.21 Nondiscrimination.......................................................................................................................25 Article 6-Other Work at the Site...................................................................................................................26 6.01 Related Work at Site...................................................................................................................26 Article 7-City's Responsibilities...................................................................................................................26 7.01 Inspections, Tests, and Approvals..............................................................................................26 7.02 Limitations on City's Responsibilities.......................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8-City's Observation Status During Construction...........................................................................27 8.01 City's Project Representative .....................................................................................................27 8.02 Authorized Variations in Work..................................................................................................27 8.03 Rej ecting Defective Work..........................................................................................................27 8.04 Determinations for Work Performed..........................................................................................28 Article9-Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work...............................................................................................28 9.02 Notification to Surety..................................................................................................................28 Article 10-Change of Contract Price; Change of Contract Time ................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Article 11 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................29 11.01 Notice of Defects ........................................................................................................................29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections..................................................................................................................29 11.04 Uncovering Work.......................................................................................................................30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work................................................................................30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work.............................................................................................31 Article12-Completion..................................................................................................................................32 12.01 Contractor's Warranty of Title...................................................................................................32 12.02 Partial Utilization........................................................................................................................32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article 13 -Suspension of Work....................................................................................................................33 13.01 City May Suspend Worlc............................................................................................................33 Article14-Miscellaneous..............................................................................................................................34 14.01 Giving Notice..............................................................................................................................34 CITY OF FORT WORTH STANDARD CITY CONDITIONS-DEVELOPER AWARDED PROJECTS Revised:January 10,2013 14.02 Computation of Times................................................................................................................34 14.03 Cumulative Remedies.................................................................................................................34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1—DEFINITIONS AND TERNHNOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics,but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement- The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw—City's on-line, electronic document management and collaboration system. 5. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. 6. City The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form(If required by City) k. General Conditions 1. Supplementary Conditions In. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor The individual or entity with whom Developer has entered into the Agreement. 11. Day or day A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15.Final Acceptance The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16.Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof,fully, entirely, and in conformance with the Contract Documents. 17. General Requirements A part of the Contract Documents between the Developer and a Contractor. 18.Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19.Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20.Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21.Non-Participating Change Order A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans See definition of Drawings. 24. Project Schedule A schedule,prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project The Work to be performed under the Contract Documents. 26. Project Representative The authorized representative of the City who will be assigned to the Site. 27. Public Meeting An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)of each Project. 33. Standard City Conditions That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier A manufacturer,fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor,materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2—PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3—CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification,manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4—BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2)years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall,within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City,with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 10. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled,upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease -policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3)years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",defined as autos owned,hired and non-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident/ 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way,the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Write the name of the railroad company. (If none,then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement' with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None Enter limits provided by Railroad Company(If none,write none) b. Each Occurrence: : None Enter limits provided by Railroad Company(If none,write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5—CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: I. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements)proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales,maintenance,repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City,in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No"or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee,warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended)by the following: I. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: I. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1)record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 U35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART,BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED,IN WHOLE OR IN PART,BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6—OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7—CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor,who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9—CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11 —TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials,mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12—COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: I. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety,if any,to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13—SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14—NHSCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 0073 10-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 U35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised:January 10,2013 011100-1 SUMMARY OF WORK Pagel of 3 SECTION 01 11 00 SUMMARY OF WORK PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor,materials,and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work I. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list,then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys,or other public places or other rights-of-way as provided for in the ordinances of the City,as shown in the Contract Documents,or as may be specifically authorized in writing by the City. a. A reasonable amount of tools,materials,and equipment for construction purposes may be stored in such space,but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks,the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise,clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery,plants, lawns,fences,culverts,curbing,and all other types of structures or improvements, to all water, sewer,and gas lines,to all conduits,overhead pole lines,or appurtenances thereof,including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation,company,individual,or other,either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act,omission,neglect,or misconduct in the manner or method or execution of the Work,or at any time due to defective work,material,or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements,including removal,temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 012500-1 SUBSTH UONPROCEDURES Pagel of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution-General 1. Within 30 days after award of Contract(unless noted otherwise),the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors,trade names,or catalog numbers. a. When this method of specifying is used,it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names,or catalog numbers,provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike,discontinued production of products meeting specified requirements,or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-2 SUB STH UONPROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution,including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product,including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection I. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-3 SUBSTH UONPROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. hi the City's opinion,acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: 1. Has investigated proposed product,and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work,to include building modifications if necessary,making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-4 SUB STH UONPROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Pagel of 3 SECTION 013119 PRECONSTRUCTION MEETING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 013233-1 PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video I. Produce a preconstruction video of the site/alignment,including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 32 33-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013300-1 SUBMITTALS Pagel of 8 SECTION 0133 00 SUBMITTALS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing,at the time of submittal,of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare,prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities,or within the time specified in the individual Work Sections,of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including,but not limited to: a) Disapproval and resubmittal(if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule,and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter,A-Z,indicating the resubmission of the same drawing (i.e. A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission)of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples,including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal,I hereby represent that I have determined and verified field measurements,field construction criteria,materials,dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x 1 linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions,clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings I. As specified in individual Work Sections includes,but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List,clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List,submittal data may include,but is not necessarily limited to: a. Standard prepared data for manufactured products(sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections,include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing,as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed,materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work,materials,fabrication,and installations in conformance with approved shop drawings,applicable samples,and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site,or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than I hard copy of Shop Drawings returned,Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings,data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors,including details, dimensions,and materials c. Approving departures from details furnished by the City,except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy,for coordinating the Work with all other associated work and trades,for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings,data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments,omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial,at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor,and will be considered"Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections,include,but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information(RFI)form provided by the City. 3. Numbering of RFI a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order,as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives,Drop Weight,Etc. 11 e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include,but are not necessarily limited to: 20 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 —General Requirements 22 3. Section 33 12 25 —Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification,unless a date is specifically cited. 18 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation(TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines(more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage-type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company(example: ONCOR) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 D. TCEQ Air Permit 17 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 18 E. Use of Explosives,Drop Weight,Etc. 19 1. When Contract Documents permit on the project the following will apply: 20 a. Public Notification 21 1) Submit notice to City and proof of adequate insurance coverage,24 hours 22 prior to commencing. 23 2) Minimum 24 hour public notification in accordance with Section 01 31 13 24 F. Water Department Coordination 25 1. During the construction of this project,it will be necessary to deactivate,for a 26 period of time,existing lines. The Contractor shall be required to coordinate with 27 the Water Department to determine the best times for deactivating and activating 28 those lines. 29 2. Coordinate any event that will require connecting to or the operation of an existing 30 City water line system with the City's representative. 31 a. Coordination shall be in accordance with Section 33 12 25. 32 b. If needed,obtain a hydrant water meter from the Water Department for use 33 during the life of named project. 34 c. In the event that a water valve on an existing live system be turned off and on 35 to accommodate the construction of the project is required,coordinate this 36 activity through the appropriate City representative. 37 1) Do not operate water line valves of existing water system. 38 a) Failure to comply will render the Contractor in violation of Texas Penal 39 Code Title 7,Chapter 28.03 (Criminal Mischief) and the Contractor 40 will be prosecuted to the full extent of the law. 41 b) In addition,the Contractor will assume all liabilities and 42 responsibilities as a result of these actions. 43 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. Prior to beginning construction on any block in the project, on a block by block 2 basis,prepare and deliver a notice or flyer of the pending construction to the front 3 door of each residence or business that will be impacted by construction. The notice 4 shall be prepared as follows: 5 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 6 beginning any construction activity on each block in the project area. 7 1) Prepare flyer on the Contractor's letterhead and include the following 8 information: 9 a) Name of Project 10 b) City Project No(CPN) 11 c) Scope of Project(i.e.type of construction activity) 12 d) Actual construction duration within the block 13 e) Name of the contractor's foreman and phone number 14 1) Name of the City's inspector and phone number 15 g) City's after-hours phone number 16 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 17 A. 18 3) City of Fort Worth Door Hangers will be provided to the Contractor for 19 distribution with their notice. 20 4) Submit schedule showing the construction start and finish time for each 21 block of the project to the inspector. 22 5) Deliver flyer to the City Inspector for review prior to distribution. 23 b. No construction will be allowed to begin on any block until the flyer and door 24 hangers are delivered to all residents of the block. 25 H. Public Notification of Temporary Water Service Interruption during Construction 26 1. In the event it becomes necessary to temporarily shut down water service to 27 residents or businesses during construction,prepare and deliver a notice or flyer of 28 the pending interruption to the front door of each affected resident. 29 2. Prepared notice as follows: 30 a. The notification or flyer shall be posted 24 hours prior to the temporary 31 interruption. 32 b. Prepare flyer on the contractor's letterhead and include the following 33 information: 34 1) Name of the project 35 2) City Project Number 36 3) Date of the interruption of service 37 4) Period the interruption will take place 38 5) Name of the contractor's foreman and phone number 39 6) Name of the City's inspector and phone number 40 c. A sample of the temporary water service interruption notification is attached as 41 Exhibit B. 42 d. Deliver a copy of the temporary interruption notification to the City inspector 43 for review prior to being distributed. 44 e. No interruption of water service can occur until the flyer has been delivered to 45 all affected residents and businesses. 46 f. Electronic versions of the sample flyers can be obtained from the Project 47 Construction Inspector. 48 I. Coordination with United States Army Corps of Engineers(USACE) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the Project where construction activities occur in areas where 2 USACE permits are required,meet all requirements set forth in each designated 3 permit. 4 J. Coordination within Railroad Permit Areas 5 1. At locations in the project where construction activities occur in areas where 6 railroad permits are required,meet all requirements set forth in each designated 7 railroad permit. This includes,but is not limited to,provisions for: 8 a. Flagmen 9 b. Inspectors 10 c. Safety training 11 d. Additional insurance 12 e. Insurance certificates 13 f. Other employees required to protect the right-of-way and property of the 14 Railroad Company from damage arising out of and/or from the construction of 15 the project. Proper utility clearance procedures shall be used in accordance 16 with the permit guidelines. 17 2. Obtain any supplemental information needed to comply with the railroad's 18 requirements. 19 3. Railroad Flagmen 20 a. Submit receipts to City for verification of working days that railroad flagmen 21 were present on Site. 22 K. Dust Control 23 1. Use acceptable measures to control dust at the Site. 24 a. If water is used to control dust,capture and properly dispose of waste water. 25 b. If wet saw cutting is performed,capture and properly dispose of slurry. 26 L. Employee Parking 27 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements.Clarify need for Door Hangers under in addition to contractor notification of public. 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 MC. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH.,,, Date: DOE NO.XXXX Proje"Nernst: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 01 45 23 DAP TESTING AND INSPECTION SERVICES Pagel of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing,coordinating,and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City,notify City, sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system,or another form of distribution approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised March 20,2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V.Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised March 20,2020 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including,but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel,power,light,heat and other utility services necessary for execution,completion,testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping,equipment,devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 50 00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work,including testing of Work. 1) Provide power for lighting,operation of equipment,or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting,and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 50 00-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 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 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENC ES 21 A Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings,provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings,prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 01 55 26-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control"Typical"published by City of Fort Worth,the Texas 2 Manual Unified Traffic Control Devices (TMUTCD)or Texas Department 3 of Transportation(TxDOT)can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction,then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete,to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department,Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 01 55 26-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A.Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1.c.Added language to allow for use of published traffic control"Typicals"i 3/22/2021 M OwEn applicable to specific project/site. 1.4 F. 1)Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer,item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel,adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings,or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns,grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment,and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel,equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel,equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS [ Revised April 7,2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel,equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel,equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Specified Remobilization"in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby,idle time,or lost profits associated this Item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby,idle time,or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby,idle time,or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each "Work Order Emergency Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby,idle time,or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 NLDomenech Revised for DAP application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 71 23-1 DAP CONSTRUCTION STAKING AND SURVEY Pagel of 4 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals,if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 71 23-2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City,a sufficient number of stakes or markings have been lost,destroyed or disturbed,by Contractor's neglect, such that the contracted Work cannot take place,then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection,curvature,etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults(All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts,dead-end lines (10) Air Release valves(Manhole rim and vent pipe) (11) Blow off valves(Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection,curvature,etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection,curvature,etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data,including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it,as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 71 23-4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017423-1 DAP CLEANING Pagel of 4 SECTION 0174 23 CLEANING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 74 23-2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 74 23-3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flowing water during the storm. C. Exterior(Site or Right of Way)Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities,and upon approval by City,remove erosion control from site. 5. Clean signs,lights,signals,etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 74 23-4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 017719 CLOSEOUT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees,Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees,bonds, certificates,licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data,if required,in accordance with Section 01 78 23 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 01 7423. C. Final Inspection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor,in writing within 10 business days,of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City,immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice,inform the City,that the required Work has been completed. Upon receipt of this notice,the City,in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation,in accordance with General Conditions,City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4nl2014 M.Domenech Revised for DAP application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 78 23-1 DAP OPERATION AND MAINTENANCE DATA Pagel of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include,but are not limited to: a. Traffic Controllers b. Irrigation Controllers(to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %2 inches x 11 inches b. Paper 1) 40 pound minimum,white,for typed pages 2) Holes reinforced with plastic,cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 78 23-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab,bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product,or each piece of operating equipment. 1) Provide typed description of product,and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used,correlate the data into related consistent groupings. 4. If available,provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume,arranged in systematic order a. Contractor,name of responsible principal,address and telephone number b. A list of each product required to be included,indexed to content of the volume c. List,with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included,indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text,as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 78 23-3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty,bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content,for architectural products,applied materials and finishes: a. Manufacturer's data,giving full information on products 1) Catalog number, size,composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content,for moisture protection and weather exposure products: a. Manufacturer's data,giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection,maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content,for each unit of equipment and system,as appropriate: a. Description of unit and component parts 1) Function,normal operating characteristics and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up,break-in,routine and normal operating instructions 2) Regulation,control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Alignment,adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 78 23-4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers,with location and function of each valve j. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content,for each electric and electronic system,as appropriate: a. Description of system and component parts 1) Function,normal operating characteristics,and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 01 78 23-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017839-1 DAP PROJECT RECORD DOCUMENTS Pagel of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents,including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work,both concealed and visible,to enable future modification of the Work to proceed without lengthy and expensive site measurement,investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements I. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data,use means necessary to again secure the data to the City's approval. a. hi such case,provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set,identify each of the Documents with the title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time,the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed,devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City,until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes,use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings,arrangements of conduits,circuits,piping, ducts,and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However,design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings,by dimension accurate to within 1 inch,the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show,by symbol or note,the vertical location of the Item("under slab", "in ceiling plenum", "exposed",and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where,in the City's judgment,conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents,coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction,and the actual location of items. c. Call attention to each entry by drawing a"cloud" around the area or areas affected. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 017839-4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly,consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents,other than Drawings,have been kept clean during progress of the Work,and if entries thereon have been orderly to the approval of the City, the job set of those Documents,other than Drawings,will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling,and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Revised April 7,2014 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National W &Sewer-Manholes&Bases/Components 33-39-10 ev 2/ 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adcka 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 T 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 HOPE Adjustment Ring Traffic and Non-traffic area 5113105 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 IFibffglass Manhole Fluid Containment,Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 jFiberglass Manhole L.F.Manufacturing I I Non-traffic area Water&Sewer-Manholes&Bases/Frames&Covers/Rectangular 33-05-13(Rev 2/3/16) 33 05 13 IManhole Frames and Covers Westem Iron Works,Bass&Hays Foundry 1 1001 24"x40"WD Water&Sewer-Manholes&Bases/Frames&Covers/Standard(Round) 33-05-13(Rev 21 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 Found R-165-LM n ed 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 30"ERGO XL Assembly 10/14/13 33 05 13 30"Dia.MH Ring and Cover(Hinged&Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105&ASTM A536 30"Dia 06/01/17 3405 13 30"Dia.MH Ring and Cover(Hinged&Lockable)Cl SIP Industries 2280(32") ASTM A 48 30"Dia. CAP-ONE-30-FTW,Composite,w/Lock 09/16/19 33 05 13 30"Dia.MH Ring and Cover Composite Access Products,L.P. w/o Hin 30"Dia. 10/07/21 3405 13 30"Dia.MH Ringand Cover Trumbull Manufacturing32"30"Frame and Cover 30"Dia. Water&Sewer-Manholes&Bases/Frames&Covers/Water Tight&Press t 33-05-13(Rev 2/ 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24"Dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24"Dia. 33 05 13 Manhole Frames and Covers Western Iron Works,Bass&Has Found 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 Seram ore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia. Wat11F&Sewer-Manholes&Bases/Precast Concrete(Rev 1/8/13 33 39 10 IManhole,Precast Concrete Hydro Conduit CorpSPL 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 Pol mer Concrete US Composite Pie Reinforced Polymer Concrete ASTM C-76 48"to 72" 09/06/19 33 3920 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 1 33 2222 Manhole,Precast(Reinforced Polymer)Concrete Armorock 48"&60"I.D.Manhole w/32"Cone 48"&60" 10/07/21 33 3920 Manhole,Precast(Hybrid)Polymer&PVC Predl Systems 48"&60"I.D.Manhole w/32"Cone 48"&60"Non Traffic Areas Water&Sewer-Manholes&Bases/Rehab Svstems/Cementiitious E1-14 Manhole Rehabs stems 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 Rehabs stem i Pol-tri lex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc.Use Wat er-Manholes&Bases/Rehab S stems/NonCementiitious 05/20/96 E1-14 IManhole Rehab Systems Sprayrog, Spray Wall Polymethane Coating ASTM D639/D790 E1-14 Manhole Rehab Systems Sun Coast For Exterior Coating of Concrete 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100(Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791,S1HB,Sl,S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 33 05 16,33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade(Asphatic Emulsion) Structures Only *From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National &Sewer-Manhole Inserts-Field Operations Use Onl ev 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 ASTMD 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-Pil2e Casing S12acelL 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 1 33 05 13 Casing Spacers CCI Pipeline Systems CSC12,CSS12 Water&Sewenw Pines/Ductile Iron 33-11-10 1/8/13 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-Tite Ductile Iron Pressure Pipe, 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"thou 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 S—Gard 21ORS LA County#210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTMB-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791,S1HB,Sl,S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer-Coatiings/Polyurethane Sewer-Combination Air Valves 05/25/18 1 33-31-70 jAir Release Valve A.R.I.USA,Inc. D025LTP02(Composite Body) 2" Sewer-Pi es/ 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 ASTM C76 E1-04 Conc.Pipe,Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Sewer-Pipe E ethod 3-31-23 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 Pipe 33-31-13 I/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 Glass-Fiber Reinforced Polymer Pipe(FRP) Thompson Pipe Group Thompson Pipe(Flowtite) ASTM D3262/D3754 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) High-density polyethylene pipe Phillips Driscopipe,Inc. Opticore Ductile Polyethylene Pipe ASTMD 1248 8" High-density polyethylene pipe PI-co Inc. ASTMD 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 ASTMD 1248 Sewer-Pipes/PVC(Pressure Sewer)33-11-12(4/1/13) 12/02/11 1 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4"thru 12" 10/22/14 1 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4"thru 12" *From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National Sewer-Pipes PVC*L%M§20(7/1/13) 33-31-20 PVC Sewer Pie J-M Manufacturing Co.,Inc. JM Eagle) SDR-26 ASTM D 3034 4"-15" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 ASTM D 3034 4"thru 15" 33-31-20 PVC Sewer Pie Lamson V lon Pie ASTM F 789 4"thou 15" 01/18/18 33-31-20 PVC Sewer Pie Vin(tech PVC Pie Gravity Sewer ASTM D3034 4"thru 15" 11/11/98 33-31-20 PVC Sewer Pie Diamond Plastics Corporation "S"Gravity Sewer Pie ASTM F 679 18"to 27" 33-31-20 PVC Sewer Pie 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 Pie Pi elife 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 Haoco 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 Pie Pi elife Jet Stream SDR 35 ASTM F679 18"-24" 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 26 ASTM D3034 4"-15" 3/29/2019 33 31 20 Gasketed Fittings(PVC) GPK Products,Inc. SDR 26 ASTM D3034/17-679 4"-15" 10/21/2020 33 31 20 PVC Sewer Pie NAPCO estlake SDR 26 ASTM D3034 4"-15" 10/22/2020 33 31 20 1PVC Sewer Pie i Sanderson Pipe Corp. SDR 26 ASTM D3034 4"-15" 10/21/2020 1 33 31 20 JPVC Sewer Pie NAPCO estlake SDR 26/35 PS 115/46 ASTM F-679 18"-36" Sewer-Pines/Rehab/CIPP 33-31-12(Ol/18/131NONE- Cured in Place Pie Insituform Texark,Inc ASTM F 1216 05/03/99 Cured in Place Pie National E-notech Group National Liner, SPL Item#27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pie Reynolds Inc/Inliner Technolgy unliner USA Inliner Technology ASTM F 1216 Sewer-Pims/Rehab/Fold&Form Fold and Forth Pie Cullum Pipe Systems,Inc. 11/03/98 Fold and Forth Pie Insituform Technologies,Inc. Insitufortn"NuPI e" ASTM F-1504 Fold and Form Pie American Pipe&Plastics,Inc. Demo.Purpose Only 12/04/00 Fold and Form Pie Ultraliner Ultraliner PVC Alloy Pi eliner ASTM F-1504,1871,1867 06/09/03 IFold and Form Pie Miller Pipeline Corp. EX Method ASTM F-1504,F-1947 Up to 18"diameter Sewer-Pines/Open ProfiM Large Diameter 09/26/91 E100-2 PVC Sewer Pipe,Ribbed Lamson V lon Pie Carlon V lon 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 Pie ASTM F 679 18"to 48" E100-2 PVC Sewer Pipe,Ribbed U onor ETI Company 11/10/10 100-2 Polypropylene P Sewer Pipe,Double Wall Advanced Drainage Systems ADS SaniTite HP Double Wall(Corrugated) ASTM F 2736 24"-30" 11/10/10 100-2 Polypropylene P Sewer Pipe,Triple Wall Advanced Drainage Systems ADS SaniTite HP Triple Wall Pie ASTM F 2764 30"to 60" 05/16/11 Steel Reinforced Polyethylene Pie ConTech Construction Products Durmaxx ASTM F 2562 24"to 72" Water-Aouurtenances 33-12-10(07/OL 31 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW WA 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 AW WA C800 1"-2"SVC,up to 24"Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT&61OMT 3/4"and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B,4604B,6100M,610OTM and 6101M 1 SV'and 2" FB600-7NL,FB1600-7-NL,FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. L22-77NL AW WA C800 2" FB600-6-NL,FB1600-6-NL,FV23-666-W- 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,L22-66NL AW WA C800 1-1/2" FB600-4-NL,FB1600-4-NL,B11-444-WR- 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,B22444-WR-NL,L28-44NL AW WA C800 1" B-25000N,B-24277N-3,B-20200N-3,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15000N,,H-1552N,H142276N ANSI/NSF 372 2" B-25000N,B-20200N-3,B-24277N-3,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15000N,H-14276N,H-15525N ANSI/NSF 372 1-1/2" B-25000N,B-20200N-3,H-15000N,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries,Inc. #406 Double Band SS Saddle 1"-2"Taps on up to 12" 0/5/21/12 3342-25 Tapping Sleeve Coated Steel JCM Industries,Inc. 412 Tapping Sleeve ESS AW WA C-223 Up to 30"w/12"Out 03/29/22 3342-25 Tapping Sleeve Coated or Stainless Steel JCM Industries,Inc. 415 Tapping Sleeve AW WA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve Stainless Steel Poweoseal 3490AS lane&3490MJ 4"-8"and 16" 02/29/12 3342-25 Tapping Sleeve Coated Steel Romac FTS 420 AW WA C-223 Up to 42"w/24"Out 02/29/12 3342-25 Tapping Sleeve Stainless Steel Romac SST Stainless Steel AW WA C-223 Up to 24"w/12"Out 02/29/12 33-12-25 ITapping Sleeve Stainless Steel Romac SST III Stainless Steel AW WA C-223 Up to 30"w/12"Out 05/10/11 Joint Repair Clam Poweoseal 3232 Bell Joint Repair Clam 4"to 30" Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW65C-14-lEPAF FTW Class"A" Concrete Meter Box Bass&Has CMB37-B12 1118 LID-9 Concrete Meter Box Bass&Has CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass&Has CMB65-1365 1527 LID-9 Water-Bolts is and Gaskets 33-11-05 01/08/13 *From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National Water-Combination Air Release 33-31-70(O1/08/13) * E1-11 Combination Air Release Valve GA Industries,Inc. Empire An and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"12" 240-float,ASTM A 307-Cover Bolts 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 Hvdrants 33-12-40 L011151141 10/01/87 E442 Dry Bagel Fire Hydrant American-Darling Valve Drawing Nos.90-18608,94-18560 AWWA C-502 03/31/88 E-1-12 Dry Bagel Fire Hydrant American Darling Valve Shop Drawing No.94-18791 AWWA C-502 09/30/87 E-1-12 Dry Bagel Fire Hydrant Clow Corporation Shop Drawing No.D-19895 AWWA C-502 01/12/93 E442 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E442 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20436,B20506 AWWA C-502 E442 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No.D-80783FW AWWA C-502 09/24/87 E442 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No.13476 AWWA C-502 Shop Drawings No.6461 10/14/87 E-1-12 Dry Barrel Fire HyBrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C-502 09/16/87 E442 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No.SK740803 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ(East Jordan Iron Works) WaterMaster 5CD250 Wat -Meters 02/05/93 E101-5 IDetector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4"-10" 08/05/04 1 iMagnetic Drive Vertical Turbine I Hersey Magnetic Drive Vertical I AWWA C701,Class 1 3/4"-6" Water-Pipes/PVC(Pressure Water)33-31-70(01/08/13) AWWA C900,AWWA C605, 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTMD1784 4"42" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"42" 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"42" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-1" AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co.,Inc d/b/a JM Eagle DR 14 UL 1285 4"28" ANSI/NSF 61 FM 1612 AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co.,Inc d/b/a JM Eagle DR 18 UL 1285 16"-1" ANSI/NSF 61 FM 1612 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(Wesflak) DR18 AWWA C900 16"-I" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlak) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"-12" Wat s/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 08/1*1/98 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"42" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA Cl 11IC153 4"to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA Cl 11IC153 4"to 24" 11/09/04 E1-07 IDuStile Iron Joint Restraints One Bolt,Inc. One Bolt Restrained Joint Fitting AWWA C111IC116IC153 4"to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 1100(for DI Pip) AWWA C111IC116IC153 4"to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 2000(for PVC Pip) AWWA C111IC116IC153 4"to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLC4-SLC10 AWWA C111IC153 4"to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLCS4-SLCS12 AWWA C111IC153 4"to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLCE AWWA C111IC153 12"to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma,Co. Sigma One-Lok SLDE AWWA C153 4"-I" 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(Serampor) 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(Serampor) EZ Grip Joint Restraint(EZD)Black For DIP ASTM A536 AWWA Cl 11 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampor) EZ Grip Joint Restraint(EZD)Red for C900 ASTM A536 AWWA Cl 11 4"42" DR14 PVC Pipe 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Grip Joint Restraint(EZD)Red for C900 ASTM A536 AWWA Cl 11 16"-24" DR18 PVC Pipe *From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali in JIL 'Manufacturer Model No. National Water-Pi es Valves&Fittin s Resilient Seated Gate Valve*33-12-20 OS/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 94-2024 AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500(Ductile lrorn 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 SDD-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" ASTM A 276 Type 304-Bolts& 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 FI—Maa[ec Gate Valve&Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4"to 16" Wa s/Valves&Fittings/Rubber Seated Butterfly Valve 33-12-21 07/10/14 E1-30 Rubber Seated Butterfly Valve HenryPratt 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 D—rik 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 331221 Rubber Seated Butterfly Valve G.A.Industries Golden Andersorn AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water-Pol eth lene Enc tfil/08/13 05/12/05 E1-13 PoI3 ethylene Encasment Fl-sol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E143 Polyethylene Encasment Mountain States Plastics SP and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E143 Polyethylene Encasment AEP Industries Bullstron 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 8mil LLD lin Station 3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station Water-Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portabl) 10/21/20 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Perm nent) 04/09/21 jAutomated Flushing System Kupferle Foundry Company Eclipse#9800wc 04/09/21 1 jAutomated Flushing System Kupferle Foundry Company Eclipse#9700(Portable) *From Original Standard Products List 5 e e 'b e .c 'ce � 'c � � � � � e � � � 'n � � 'n � .o � � 'n .b �e .b �p �o 'o � 'o � b � � �o �o •o �a •o 'p �o 'c �o � 'v c 'o 'a �c � � �n �p �p r� �sQs o �p �o �o +o �`e �b �'e �pww � �a33m �oe �o � ;c 'o 'a � � 3;bQ o Q N N N N N N N t�. [�f I.Z. O O O O O O O O O O b b d 6 g q O O g 0 0 0 0 0 0 0 0 0 0 0 N O N O 0 0 0 0 � 0 0 0 0 0 0 0 b d Q Q 4 4 0 0 0 0 0 0 ry N N N N N N N N N N N N N N N N N N W N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N W W W W W W W W W W W W W W W W W W W W W W W W G W W W W W W W W W W W W W W W W W W W W w W W W G W W W W W W W W W W W W W p Q Q P 0 4 g P P O O q 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O d 4 g O 0 0 0 0 0 0 0 0 0 G 0 0 R 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O b d Q 0 4 0 d b S Q O O O O O O O O G O O O O O O O O O O R 9 �, 33, 3, 33, 3, P, W3, R, N, K3' 33 3 33, 3, 3, 3, 33, 3. 3 y )! )C ham' f! % i! p❑ ❑ ❑ ❑ `� ❑ o u n0 'IV d o - o O nG 0 0 0 nj 0 0 O 0 ❑ ❑ ❑ ❑ ❑ ❑ C ❑ ❑ 0 C ❑ ❑ ❑ O G C u 0 0 ❑ d n❑ v n❑ n❑ O d d 0 0 ❑ ❑ ❑ p - A n a n n n n n n n n n n n n n n n -nN 9 n - n n n n n n - - - - - O d � y 5 a nnnnnnnCC��lCCl1nnnnnn n nnnnnwwmwcomxoo � mw, 00wm a rara asyy `" :s a• T a s 7 m d m m w w e e b b C ❑ C C K p 4p g o a b a p n n n n n n n n - a n U •^, ., .. ., � p o 0 o e o o p o p � � d ❑ " `" o' n n' n' "� 7 - vi w .; .: w w - n p a 9 o n nnn n n n n n n n n m a , x ; x x k X k k k n n n nnnn y 0 0 o a o o c o o c o b n F F 9 a R n fi r3 n fi r? ea n fi fi fi n � n fi fi fi r, H nnnn a r+ O C by r � nN � w � w An Av� � A 'xf '+f [-! '�14f z� Yl 'ri -rioo GAwww AAAA a000P ❑ ❑ ❑ ❑ tl0000_ C7 .�7 C7 ❑ ❑ ❑ � Ao n n m 0 C .� .0 eCn �Cn �' [ [ p �' 'p In N oa N �O N W �D oa N S � O W � n .1, n n n n n p. A U � U � Cj 0 0 OP Op O O O O O O O d 0 Q 4 g O 0 a z +f o0000000000aoo o yin o '-noW tb WG1 t0a > a WSO - '-1de pop0000b � 000000q � o nnn b O c� nnnno nww � � "� '�-� n � � Qo 00 o Pogoo Q O O O O p b 0 0 b a o a n a 'J a � 9 .-- � no nfi fifis � �. �. �, y_ � pnnnnnnnn � � � � y � y � w = y � - _ . rrn '� .��.` x ne a-r_Enn nry nn '-n .., n t' � oa os b❑ on on cne ec po a m. n n .. .., �„ n � = Tw i � K. N •n w � 7 -7oEoenoao 0nti o�a, Elx x -X' x' o on � o 0 p an a nonco per a sl non8" al FT Cz+7 X G] fi fi n n n ?f n n n n n B n B o o H ° ` ° o � a• a• � yt F E a a 7 s G.� rn y �, � ro ro S wy ' � o o b o o } a c � y p a y � n E E w m m ❑ ° n o r W a x. n o w w < s } r x e ^ m a• p � n p o �+ m w_ � n � n a n n m a s .p w n n ❑ G. < < h 0. a. = E • ❑ o b 0' n m yy a w 'ti y '� m I I 12 w w � n O n o m � � y G o n o m o m a 1A o Ro c a a p < < a _ a .< 0 a. �. �. c Yy '-� x n C o ro p p 'n nd 3' �' .° " tip^ �. m 'v a Ra ❑ H T ro w y n S. j v n. y g n� $ m y Iv a °� a w m w m m n a g a C] o• e e < w -"' ie pa r � ' ❑ ' � E O W n n �r � y � '-i It � � � �h � � 2 e c' mo. � a ❑ � y a n o m a opa > a w w w E C n —LL a' a � n > C O n tr' i,�io ia.o �jw -Se �j.'o N.c m� iS SN iS cNy Naej 1lN � ow N NaIZSI0 _.33 iv� N c� c �ow` N�o 3 S !-~ ia_3eiSiS � o3m Q N N N N N [�3 �-j 0 T N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N y W W - W WW - W W WQ W W W W W W W W W W W W W W W W W W W W W W W W W W W W 6 00o 0 0 0 0 0 o a o 0 0 0 0 0 0 o e a Q g q a P P o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0p 0 0 o p a A A a g P o O o 0 0 0 o n � n 4 n K R x K x x x x x x k R K K K' K' x x K x x k x x K- k' K rk' K' ie' ie x x K' k' x' K' x x x x x x K K K K k x x x x x x k' x' x' x x x O' d Q- d- d a- D- d- davvdC ❑ ❑ ❑ ❑ ❑ d ❑ n d ❑ dd - G- ❑- O- ❑- Gd ❑ d- ❑- -❑ ❑-' ❑ v d C u ❑ V ❑ .7 ❑ ❑ ❑ ❑ ❑ ❑ ON0 Ij n n n n n n n n n n . v 92 n n n o n n h nnn nnn � c 0< a 6 og o n � 2. 0 555555 SCZ0na0nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn � c� c� n 2. 0 o c a n n n o 0 0 o a o 0 0 0 o c o 0 o c o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 E £ E E E � y -, -1 � � yy -1 --1V ] ^Iannnnnncan nj 0 0 0 0 0 0 0 0 o v o v o 0 o c c o a v o 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o o 0 0 c c o n n n n n n n n n ° a pp S pp yy pp a a a a a °o o a .°o o °o s A n 3 d 7 3 R tl d n n n ry O O O O O n n n n c n n n -n. n K n 7� .m .'a :c ye yp 7� r'+� 'V N 'X1 77 '77 '� 7a 7y 7a Ss� Sv 'A 5a 'F " 3 fir»' ul 0 0 b a Q. a °: 6 P. R G R Q n n n nnn n n '17 a s o 0 o c o 0 0 v y � � 3 � � � � DDaaDaaaa ' � 3. x' x' x x k x' x' K' x' K' K' x' x' K' K' x' x' x' x' x' x' x x x x x x' x' x' K' x' x x n R cni MMINn NO e � to N r F� _ n n to U U T P� J J 4\ J J J T T Q` T n dt Ot T W W W W N N T O O O C n p Z .yxy .yyT 'tl - T " A p �. O v� p 0 0 0 ¢ w •n H N 4 4 n v. m O O v. O p w ON p C U O d N O n n n n .y., .�.. m n �. n n n a n n n . _' ". O n 0 0 0 m y n 0 0 ° n O o 0 o C o o Q n n ryi o ❑ �^ ❑ n n 0 n 0 a a n oo a noan n n n Sd cSai cna^i ° nH v.,, wn wn nh x' x' x x x x K' x' K' K' t x x 8 3„ x x x x x n n �, =• "'.. n � n y n � " y y � � � '� � K' ' o � .,, o e � � � x' ° % * x �f 41 sn w w .a`q .wvc 7 'rn mr`roi� a a a � W a: mTaan � a. F E o: o: ,x„ x •+, o -n L. 0 � r3 � � 'n a 'c � � a G � n n w � � .., n �. �. a• .v w ,a o. R R w x n x ° E F 5. � F E ° c ° ° R •+ ° is E E a � g Y w a 5- o � � a r a a o •y � ro ro a n. n m w m �' w w R f n ° v:m o• 0. 5 as u < w e Rn m w "+ � ¢ d 0 ❑ N E 5x w n C] C1roro ti yy 3 ❑ ❑ � o E, o a Y H 2 n � ro o• a ro v7 'b o n n n n trJ S. 5. 5. 'd Qyy a `? rod S:� a 5 � � m ^ ro ro •e � da nnm. a o e S. d ^o d ''� ^ � " E y '�O a ° � w w w � � e e a D a0. Rw �y � !� o 5. 5. 5. a e e n d < E H w_ - 9 x w a c o o ° o �.- y h H h ❑ p ' a o O F c n_ n c n n .v 7e m w E 50n a o' ry 0 ? o � F m y o' ° zz y � a x � 00 � x iL � a` �a �s - O O O N O N O O O O O O O P N N N N N N O O O O O O O N O O O O O N N 0 0 0 0 0 0 6 Q g q q 0 0 0 0 0 0 6 N 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N y N N N N IV N N N O O O O b p Q 0 0 0 0 0 0 0 W W W W W O W O O O O Q O O O O O O O P Q O O O O O O O O w O O W O O b A O Q W W W W W W W W W w G G G W N N N N N N N W W W W W W w w W W W A W W fi IWI A ' O e 'x Se 'x 000C7C700000PnGn0nGG 0n0c0n0y n000P POOH [7 ¢ P00000000Pn0n0nOn0bn0000n 00u c; 0li ' K y N n y N y h m i y N n n n n n n n n n n n y 'D• .. I .. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 0 0 O y x z z z 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 & 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 m x x x x z r ►�x wx m w w a ❑ o 0 0 0 - . 55. x. 5, �. �x. �x. - zx �x a5 � 5 i � n5 � 5s 9 o a o } } a } 5 5 5 5 5 5 � r 4 h+ ham+ N O N *a m r r-6 1a W y y W W W W b w w �❑ ^^ O J J U - O �l b� ❑�� Q� G� T a� °� °� O� °� N C� T T W N � O� T ❑� T P� ^ — p N A A N A N U O O O O O O p a Q 0 0 4 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 O O p 0 0 0 O b g q p 0 0 0 0 0 0 0 0 0 C > > n O G - - - a n s ^ } } nnnnnnnnnnnrin -ci - � ncin - nci - nnn � n � � o ° o 0 0 0 ° a ° o o a a o a o 0 0 � o 0 0 0 0 0 0 ❑ ❑ ° o ° S fi fi n n ���ya if 'n c^, fi „h o n^ fi r^, fi n fi n fi A n ,.,, fi r3 n � fi fi o fi S n fi n •-� -n -n � -n ^� 'z 7 i o o e e ^ o o o ° °� $ ° ° °� R ° e $ n " k x xv X :4 XXa vl cn X ,' XxXx 55 � X w w 5 0 3 3 3 ^ y �" ^ o o a a a � � �S 5: a n a �a �a �S w -n g a � °' a o a n a a oa a �: �• }: �• n � 5. 6 no. ' ao. o. 0. n 2r °• ;s �• � ? E " E a rn ❑. a v `n E E � y y .ti .y v •a v `{ '•a y 0 0 w w w vi 0�• c Fi w w w w a+ } } s w w o v' u y y n 'nsJ ° o a• -� m n o n^ OFF n � � � w �� rp $ a �yw _ — {� 0. roa 0. a0. a P. � w A. Qa. ow c3 £ �ru5 � �• Z t] g w � � k AP Re RY R° R. Rs R, RP � y •� y C� ,x 5 -. 5. 5. 5. 5, w �po7dH b'. �• 5. [ < e oa �' S. "' � y �' ' a a a a a' 3 � x aC } a m w a a a � w � v � k a R� R' kb lip ��. " � '� � � � � � � a• � P •ar q H a s } S, a r� E n a w n n � y, m E } y aE w v E A a E f o a na 0 a0 � � } R' �• ro w w 5 a a w o• n n 5. � 7 � n a In �e jo � �03 :o �a �o �c �o �o � �o ? � 33 �o n �o �e �° Q3 �c +e � ? ? �o �033 �o �o �o � 3B Zv �c b �a �a �o � �5 Qo ,o � n� �e �e w N N N N N N N 1`3 N N N N N 13 N IJ 1J N 0 i 1�. i N i� N N N [� 1� N N N N Cg- N N N N N N N N N g g h~i N N N 0 0 0 N N N N N N N N N N N N N N N N N N . . . .N N N N N N N N N N N N N NN N N N N N N N N N N N N N N N N N N N N O N N N p N N N N N N N N N N N N N N N N N N . . . . . . N N N N hi N N N N N N N N N N N N N N N N N N N N N N N N N N N N y N N N N u W W W W W W W W W W W W W W W W w W W W W W W W W W W W Q w w w w w w u w w u u u u w w w w w w w w w w u w u u u u w w w w w P O O 4 0 0 0 O Q O O O O O O O O A A O O O O O O O O O O O O O O O O O A � b b p q p Op p Op O O O A A A O O O O p Op O O O O b ¢ A O P _ x x x x x x x x x x x x x k X k X k x X X X X x X N k x x x x x x x x x k x k X x X X X x n y y do � oddddddd � adadavovvva000 ❑ ❑ ❑ d ❑ ad ❑ ddadnd ❑ cbad � vvvoaoo ❑ ❑ oc� d ❑ d �' N n n n n n n n n n n n n n n n n n n n n n n r. n n n n K - - - - - - - - - - - - - - - - - - - - - C qj R g O 73 y 0 g aaaaaa a _3 _3. aa -iaaa -3 ��++i ^3 -�+3 �-3 -�+� �-] �-3y � � � vi � � a a � � � � � 7 w w w wcr.. x ono n n n Q x z 3 1 � p n n n n n n n n n n n n � k k k k k k. k. k. k. 3 3 3 n 0-. �. �. �. �. n n o o ° °o 0 0 °n ° o a 0 0 a w` wa n nnnn n n n h n n n nh na a s a a n a k' x' K iF iex' x' x' xxx k' x' x' x' X' x' x' x' Se' x' Se- � � 00 o 0 0 0 0 0 0 0 0 0 0 o e 333 fi 33. 33 ^x' S' fi n K7 y o y N Q = z N � N b r F+ n — U � - C Q N 4 O O N �+ C C ,_ O ii w wQ o w o o w Er1 0 �n C, N w w w w A A A W w A m A U R7 A A A A A w w - m A tv A A W A 0 0 O O W yy AAp y � 0 0 O 0 0 O O O d � A A w A p A E.� N A A w 4+ 0 0 0 0 0 ¢ 0 0 0 O+ O O a F.l O O Vl p ro 70 C. 'tl w U to U pp pU Ci q q O O w O� O U d�O� O O C n 0 0 0 0 0 v O O O O O A w Q n n O O n P n n n n C] n w w w m w w w w o 0 0 o vi o ,oa o 0 0 0 0 o w F R ^ R -. _. _. w . �. n - ; - rsn nr) no 0 ° o ° o n o o n n ° o w nMu, o w on v. ^ n 3 w Ann hwNhno '� ¢7w nv a ° o fi n a s n a o o ^. o a 7 "- e e o ^ n N a 9 R R R "a o 0 0 o n a ° o o ° a. C n o a n a a a y n a o a ('] a n fi a n n n ^ N n fin n " ° F w c3 o a Q n o n n^ n y n n n n n n n o o n ^ E y a a. � ^ ^ o " ^ 7,, r� ►7a xF 7R -- o fi n n � ° 4 o fi3n Rs � �; n � °y '� � ww � • fififi fin �2 n as E W c � i a o w R X ' °^ ^� i! — w „y n W ti n a ° R n .Sr 0. 0. 5 m X K r, a o 0 o a ^ n o `� � o c. a f o s a ^, ^, v A -n o w C7x "+ o^ E ^� o 6 0 0 o n o o a w ° a• o h �. ». w o aJw � k C k n A c3 a a a -e 'vn �, a aaa o, o a _ E � C7 � .van N-" m n. fl.d R00 Et m •0.v S. fi n m - <' VI '"� a s m K mm 5. c � m 7 � w w v a x �c �o �o w +o �o �a �o �a �o �o Boa w ,o �o +o �o +o �o •o �o �o c n � nor �0 +`oTj 0 �3 io �o coo � � � �a n - - c - - o +`a �o �o � •o ~ ~ N t N N N N tZ3 IJ {j iz� Ili. N N N - O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N LW.� W C VI N W d N N W W W W W W a U U lOn CQn U � W w w w p w w w W � N N N N N N N N N N N N N N N N N N m O d 9 4 Q iryj w u W � A O O 0 0 � T 'T T T T T '..h a a p. p� p. T T pi T •* - FBI cr ? n. mmmmm � t3OO . . . . . . . .. . . . .. . . y C m v. fnmvlw o o d H y mn 'n n � tid yy m gb -a -iH -a -� aC c �ox �+ aaaaa y e e C H wa %to y Ei- ' N O p a N 4J n r n m m m m m C n H C II A v A U U w w a y i1 9 w W w 0 0 0 a oF Ej oo' ° ^] .j ..3 --1H yy � a n ro n " n n n Ntv nnn t7C7dC7 � p A W rG1G1 n nG1wUty y �'• a° °o o rn rn ,cY vt n trl G7 w c tp0 W [n n rn vi rn n n o - - - n Ctl o m 5' 5' 5' ' c` S v> 7 > N m > w > > w wwwww dddd �o N N N N N - O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N a N N N N N N N N N N N N N N N N � w w w w w w w W W W W W W W tWi� w cw.� W W ya iN W W W W w W W W W W W W W vL.�i w w w w w w w w w w w w w A A A A A A A A A A ? � � � � � � � Aw �° �o � �o �o •o �o •n � � ,o �o b � e �o �o �a �o �° �° �o .o a .- .° •n .- � � � b b 0 0 0 ¢ b ¢ O O p O 0 0 0 0 0 0 0 0 0IF 0 0 p O p 0 0 0 0 CJ w 0 p g O O w w W W W W W W i1 W w w w p = c on Kx 2tn 33' m cA Z5_ rr' ry. =' =' _' _' ?' B a K K = a a a a a a d n' m m � W S' K n K K K �i n m K S n n n n m m m m m m m m m m m o o m w m m w m w n ca w a w m w m o = o o a o 0 o a a o a o o a a c pj tr�J ^ o m n `(a rt ry R b 7 0 m 'w m r N N n o n < a p Q O O O O n k R H o c o c o o °H @ � � z 2 c � n `n on. 5 S 'a ro n �Yy Fr N, F. cT n — O t 'L 'v ti ro tiro tiro ro b ro ro ro ro ro 7 n 'p tl m � �_ � c c c = � � � Vj . naaaa ' a a �_ 0 O ^ N z 9 ti _G = r [ W w m OO �] J J D` O\ D` U U U A A A a a U N A 7C � z •'y 'b 'L' 'd `tl "d ^� � � '�C �1 '�d J � N N N N W W W N N ❑7 ` h mmopyyyotrn °. cn �, y AA Aa a y yaZ my n y y N o = ry 'Ow Ubb C7 b, t7C bb ° _bOb - O HHH •-] H yy ..--77 H '+! ^n �t '�-, ^n O .• .• •• .• •• o _ _ - Cl C] C] ro '��C7y '��U7y `7 '��57y1 J7,�tly ''p�CC '��qTJJ ���utly '��VJy 'sp�jap ''Jry9Cc '�J�poO 'J^�ad7 •i7 ��vJy 'v Jro,�tly '��aCy '��OJy vi a' ¢ n. O .Q 5' 5' ' o H �-3 W W a n n o' N � fi" e� NN » » > >> > > aaaaaaaa » > bay y Haa "o' Q ti tJ Ve V1 Vi Vi Vl V] VS Vi Vl Vi V+ V� V� V� [n V] V] fA V] Vi A O o 0 o a a o " > O H A > O H > �f �y O %rl > O �st > O > OaOa M 'o M ro H bi m -d M ro [rq ro "I L o w a ro o t Ca] n S c n n o g 3 n of ° N � ° O- w s zoN oz x •-] a �D 0` a " z m n $ a a' r a x x a > a a a > > a > > a > a a a a a > > > > a > > > a a a a a a > > > > > > > > > H -3 H -i -] H H H H •-] H •-] •-1 -i H --I H H H '-1 H '-3 --] H •-] -i H n °° P a > W W 0 0 0 0 0 0 0 0 w w w a o 0 0 0 0 a s a a a a a a N N N N N N N N N N N N N N N N N N N N N N N www � WWw � p� wwww � ww A A A A A �O �O �D �O t t N N N N N N N N N N N tr m S O C CC K7 e O y r C O a Gnn qq q O 1 7� 1 7n ,777 `t a P a P A 6 0 7° ro _ro ro ro rov V] O t] N O N z N yy W 01 a C a 'G n N tn �itnoo� Uryd � �� $ �° ro n 8 � %d �tl ,ry7yoo prodd ry�de o rrii > 7 ,yf�'1 z r➢i� > .j nn rgi� >>i ro o n n r n � 4_ d nro � _ n Q a � O � d 7 d G � !Rr O 7 2 C� n C, o G F w � w o' a > > > > > > > > > > > > > > nnnn0nn0nnn a a rn A A A GEOTECHNICAL EXPLORATION WELLINGTON AREA 3 SOUTH,PHASE 1 Off Bonds Ranch Road and Willow Springs Road Fort Worth, Texas ALPHA Report No. W212172-A October 25, 2021 Prepared for: PULTE HOMES OF TEXAS,L.P. 9111 Cypress Waters Boulevard Suite 100 Coppell, Texas 75019 Attention: Mr. Curt Millward Prepared By: A LPN A /XTESTING WHERE IT ALL BEGINS ALPHA /\ T E S T I N 6 Geotechnical 5058 Brush Creek Road Tel:817-496-5600 Construction Materials Fort Worth, Texas 76119 Fax:817-496-5608 Environmental www.alphatesting.com WHERE IT ALL BEGINS TBPE Firm No.813 October 25, 2021 Pulte Homes of Texas,L.P. 10410 Windermere Lakes Boulevard Coppell, Texas 75019 Attention: Mr. Curt Millward Re: Geotechnical Exploration Wellington Area 3 South, Phase 1 Off Bonds Ranch Road and Willow Springs Road Fort Worth, Texas ALPHA Report No. W212172-A Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Curt Millward on July 14, 2021 and performed in accordance with ALPHA Proposal No. 85206 dated July 12, 2021. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid in design and construction of residential foundations. Recommendations for the remaining phases and public streets will be provided in separate reports. ALPHA TESTING,INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, _ � N ALPHA TESTING,INC. " #1# .......... ...... . .... ...... # BRIAN . ................................... 115748it .: O October 25,2021 Karina Cohuo Brian J. Hoyt, P.E. Geotechnical Project Manager Geotechnical Department Manager BJH/kc Copies: (I-PDF)Client Dallas Forti Houston i i j TABLE OF CONTENTS ALPHA REPORT NO.W212172-A 1.0 PURPOSE AND SCOPE.................................................................................................... 1 2.0 PROJECT CHARACTERISTICS ...................................................................................... 1 3.0 FIELD EXPLORATION....................................................................................................2 4.0 LABORATORY TESTS ....................................................................................................2 5.0 GENERAL SUBSURFACE CONDITIONS......................................................................2 6.0 DESIGN RECOMMENDATIONS .................................................................................... 3 6.1 Previous Stockpiles of Fill...................................................................................... 3 6.2 Slab-on-Grade Foundations .................................................................................... 3 6.2.1 Subgrade Improvement Using Moisture Conditioning (Zones IV and V)......................................................................................... 5 6.2.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil............................................................................................. 6 6.3 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade.................... 6 6.4 Drainage and Other Considerations........................................................................ 7 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES............................. 8 7.1 Site Preparation and Grading.................................................................................. 8 7.2 Foundation Excavations........................................................................................ 10 7.3 Fill Compaction .................................................................................................... 10 7.4 Utilities.................................................................................................................. 11 7.5 Groundwater ......................................................................................................... 11 8.0 LIMITATIONS................................................................................................................. 12 APPENDIX A-1 Methods of Field Exploration Boring Location Plan —Figure 1 B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W212172-A #tNL 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING,INC. (ALPHA)to evaluate for Pulte Homes of Texas, L.P. (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. Information from preliminary studies performed on the site (ALPHA Report No W 191763 dated August 28, 2019 and Report No. W210744 dated May 6, 2021)was incorporated into our analysis. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to develop Phase 1 of a residential subdivision (Wellington Area 3) from a 53.574- acre tract of land generally located north of Bonds Ranch Road and about 600 ft west of Willow Springs Road in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration, the site generally consisted of a tract of land with scattered trees. Review of historical images available from Google Earth® indicate stockpiles of fill were previously on the site between Borings 31,32,39, 51, 62,63, 71 and 72. No information regarding previous development on the site was provided to us. Review of grading plans prepared by LJA Engineering,Inc. (Project No.NT852-0011N Sheets 40 through 45, dated August 2021) indicate the site generally slopes down to the east and northeast about 34 ft (Appx. Elev. 814 ft to 780 ft). These grading plans also indicate cuts of up to 9 ft and fills of up to 12 ft will be required to achieve final grade in the building pad areas. Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post-tensioned slab-on-grade foundations designed for potential seasonal movements of 41/z inches or less. No below grade slabs are planned. 1 ALPHA Report No. W212172-A 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 50 test borings to depths of about 15 ft to 20 ft. These borings are out of 82 total borings drilled for Wellington Area 3 South. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheets (boring logs)included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology,published by the University of Texas at Austin, the project site lies within the Fort Worth Limestone and Duck Creek formation mapped as undivided. This undivided formation generally consists of limestone with marl (limey shale)layers. Residual overburden soils associated with this undivided formation generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions encountered in most of the borings generally consisted of clay,gravelly clay and/or clayey gravel to depths of about 1 ft to 17 ft below the ground surface underlain by limestone extending to the 15 ft to 20 ft termination depths of the borings. Limestone was encountered at the surface in Borings 32 and 41 which extended to the 15 ft termination depth of the borings. Subsurface conditions encountered in Boring 29 generally consisted of clay to a depth of about 4 ft below the ground surface underlain by limestone to a depth of about 15 ft. Shaly clay was then encountered extending to the 20 ft termination depth of the boring. and/or shaly clay extending to the 20 ft termination depth of the borings. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The granular materials(clayey gravel)encountered in some of the borings are relatively permeable and are anticipated to have a relatively rapid response to water movement. However, most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. 2 ALPHA Report No. W212172-A Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater in granular material, from natural fractures within the clayey matrix, at the soil/rock(limestone)interface or from fractures in the rock(limestone),particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further information concerning subsurface materials and conditions encountered can be obtained from the boring logs in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics(Section 2.0)and General Subsurface Conditions(Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Previous Stockpiles of Fill As discussed in Section 5.0, historical images available from Google Earth® indicates stockpiles of fill were previously on the site between Borings 31, 32, 39, 51, 62, 63, 71 and 72. Fill material was not encountered in the borings. However, some fill may remain even after the stockpile has been removed. It is not known if this fill was placed under engineering supervision with compaction records. If compaction records for this fill cannot be obtained,the existing fill should be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of foundations or floor slabs due to the risk of under-compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed from the building pad area and replaced with engineered fill as recommended in Section 6.2 or Section 7.3 as applicable. The excavated materials may be suitable for reuse as engineered fill outside of the building pad area provided they are free of organics, boulders, rubble, and other debris. The lateral extent, depth and nature of the existing fill are not known. Test pits could be performed prior to construction to verify the presence, lateral extent, depth, and nature of the existing fill materials. ALPHA would be pleased to provide this service if desired. 6.2 Slab-on-Grade Foundations Slab-on-grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on fill material placed as recommended in Section 7.3,on moisture improved soil placed as recommended in Section 6.2.1 or on limestone. Grade beams should bear a minimum depth of 12 inches below 3 ALPHA Report No. W212172-A I final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel(conventional reinforcing steel and/or post- tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab-on-grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings,the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I through V and delineated on the Boring Location Plan,Figure 1. Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Sub grade Improvement ZONE ESTIMATED POTENTIAL IMPROVEMENT REQUIRED TO MOVEMENT,INCHES REDUCE MOVEMENTS TO 4Y2 INCHES I Up to 2%2 No Improvement Required II Up to 4%2 No Improvement Required III Up to 4%2' Cover with Plastic Sheeting' IV Up to 6 4 ft Moisture Conditioning V Up to 8 8 ft Moisture Conditioning ' Plastic sheeting (6 to 8 mil thickness) should be placed immediately after grading with general fill for long-term maintenance of the moisture content of the general fill and underlying native soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Potential movements could be about 6 inches in Zone III if plastic sheeting is not placed as recommended. Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. 4 ALPHA Report No. W212172-A Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of material used to raise the grade is higher than 50, potential movements could be higher than our estimates. Potential movements estimated for slab foundations in Zones IV and V (see Figure 1 for delineation of Zones) are considered outside normal design tolerances without subgrade improvement as presented in Table A. Movement of slab foundations in Zone IV and V could be reduced to not more than about 4'/2 inches if the upper 4 ft and 8 ft of on-site soils below final grade, respectively, are improved through moisture conditioning, then covered with an impermeable plastic barrier (polyethylene sheeting) following the recommendations provided in Section 6.2.1. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within the building pad designated on the referenced project grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.2.1 Subgrade Improvement Using Moisture Conditioning (Zones IV and V) Estimated potential movements for slab foundations in Zones IV and V could be reduced to about 4'/2 inches by moisture-conditioning the upper 4 ft and 8 ft of on-site soils, respectively,below final grade, as recommended in Table A. Shallow limestone was encountered in several of the borings which could be encountered during moisture conditioning in some of the lots, particularly near zone boundaries. In some cases, it could be required to over-excavate limestone to complete moisture conditioning. It is not required to over-excavate limestone if at least 3 ft of sufficiently hard limestone remains below final grade across the entire building pad. Test pits should be performed to evaluate the depth and nature of limestone prior to terminating moisture conditioning due to shallow limestone. ALPHA should be retained to observe the test pits. Moisture-conditioning consists of over-excavating (where necessary) and/or filling with on-site soil that is compacted at a "target" moisture content at least 5 percentage points above the material's optimum moisture content as determined by the standard Proctor method(ASTM D 698). Some of the onsite soils with a lower plasticity index may require compaction at a moisture content closer to optimum. Any deviation from the minimum 5 percentage points above optimum should be determined by ALPHA during construction. The moisture-conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture-conditioning with on-site soil 5 ALPHA Report No. W212172-A should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting(6 to 8 mil thickness)should be placed above the moisture-conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture-conditioning and placement of the plastic sheeting, estimated movements in Zones IV and V should not exceed about 4'/2 inches. The purpose of moisture-conditioning is to reduce the free swell of the moisture- conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the "target" moisture content for moisture-conditioning (estimated at 5 percentage points above the material's optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness,moisture content, and density. 6.2.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil Due to the presence of shallow limestone across some areas of the site,we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to moisture conditioning with plastic sheeting, potential seasonal movements in Zones IV and V could be reduced to about 4'/2 inches by placing at least 4 ft and 8 ft of low PI material below final grade,respectively. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. 6.3 Post-Tensioning Institute,Design of Post-Tensioned Slab-on-Grade Tables B and C contain information for design of the post-tensioned, slab-on-grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement=2Y2 inches in Zone I Edge Lift Center Lift Edge Moisture Distance(em),ft 4.1 8.0 Differential Soil Movement(ym),inches 1.5 (swell) 1.2 (Shrink) 6 ALPHA Report No. W212172-A I TABLE C PTI Design Parameters Potential Seasonal Movement=4Y2 inches in Zone II and after Improvement as discussed in Section 6.2 in Zones III,IV and V Edge Lift Center Lift Edge Moisture Distance(em),ft 4.1 8.0 Differential Soil Movement(ym),inches 2.2 (swell) 1.6 (Shrink) 6.4 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post-construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance,which can significantly affect future movements of the foundation and floor slab systems. • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures. • Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained"constant" around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. • Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. ALPHA Report No. W212172-A • The root systems from existing or recently removed trees at this site will have dried and desiccated the surrounding clay soils,resulting in soil with near-maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with at-grade slabs (including but not limited to foundations, driveways, porches, patios, and sidewalks) should be removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should be backfilled with engineered fill as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions,but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading As discussed in Section 2.0, review of historical images available from Google EarthO indicates stockpiles of fill were previously on the site between Borings 31, 32, 39, 51, 62, 63, 71 and 72. Fill material was not encountered in the borings. However, some fill may remain even after the stockpile has been removed. Although not encountered in the borings,existing fill materials could contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of uncontrolled fill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered at the surface or within 4 ft of the ground surface in most of the borings. We expect limestone will encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers,jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. 8 ALPHA Report No. W212172-A #tNL All areas supporting slab foundations, flatwork or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well-compacted material as outlined in Section 7.3. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials,reduce potential sliding planes,and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the 9 ALPHA Report No. W212172-A State of Texas. Due to the nature of the clay soils found near the surface at the borings,traffic of heavy equipment (including heavy compaction equipment)may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Piers should be excavated and concrete placed the same day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.2. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However,if rock fill is utilized within 3 ft below the bottom of floor slabs,the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. 10 ALPHA Report No. W212172-A Where mass fills are deeper than 10 ft,the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted,fills in excess of about 10 ft are still subject to settlements over time of up to about I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Groundwater was not encountered in the borings. However, from our experience, shallow groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations,utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 11 ALPHA Report No. W212172-A 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed,findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil,surface water or groundwater. ALPHA,upon written request,can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives)shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing,it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics,our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 12 APPENDIX ALPHA Report No.W212172-A #tNL A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 50 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure 1. The test boring locations were staked using a handheld GPS unit or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. Texas Department of Transportation Texas Cone Penetration (TCP) tests were completed in the field to determine the apparent in-place strength characteristics of the rock type materials. A 3- inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field logs and are shown on the Log of Boring sheets as "TX Cone" (reference: TxDOT Test Method TEX 132-E). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. r------- ---- N I I o I�J'Y 171 i[ B-1 :-t ry `B-2 FLE i� L LLLET -� �J •,fIY4 iYT . .Li !M _ 7 �rb'r r- *ooq�•r -B 3 ; .vo B 4 •, B-5� .-. ... .r TT r r� 3 . II IV ...P 12 rt II , ,�.. .x i-IFRFf fi E a LRFe![ B-8 r.r '6p Co L2- .Q..C' sv d .yA'G ..I Ii? y�� � ��' T♦� ,e .. .i._i. cry! i;] �j V LLwILI B 14 ' B 15 �:B .t ,..,B-12-iT' I B-1 �r 17 .^• F r. -T. - I:i L. I • x rt x,x,x,x� +B xr» * xa• —— — � �Irw�xt xt xt x. x_.. ti B-20 !B 21 B 22 B-2 R 24.: B 25 • " B-18 B-19 �. IV 0 f r 'jI P-15i. � B-26 B-27 B-28 B 29° � B-30 B-31 B 32E Q^ e. !T �i s B-35 w B-36T. IL 37 r -40J, r j _ r B 42�A0-B-43 �} P-14 / r / k L,. ,/� � i w ¢N n L e de.e* B-44 B-46 _ B B 48 / . / B-52 u:.a.r I B-53- B-54 , i B-55 B-56 h- = , B 59..' .� 1 . B-63 B-64 •�2 �ri .f GIs B-65 B-66 B-67 B 68 '° B-69• f B-71.:a -r B-72 B-73 ��' R uulws B-75 B-76 B-77 B-78 „B-79 B-80 B-81 B-82 �[:�t . .�.� •'wSi7 .44'M #AEI i -- v4o'..n [ iY,.'�.' APPROXIMATE BORING LOCATION 'kT EST ING GEOTECHNICAL EXPLORATION A L R N A WELLINGTON AREA 3 SOUTH,PHASE 1 PRELIMINAR�BORING LOCATION 191763) OFF BONDS RANCH ROAD AND WHERE IT ALL BEGINS APPROXIMATE BORING LOCATION WILLOW SPRINGS ROAD (w2I0744) FORT WORTH,TEXAS RM ZONE I ALPHA PROJECT NO. W212172-A FIGURE 1 ZONE Iv mmZONE II BORING LOCATION PLAN iSMMO ZONE v ZONE III ALPHA Report No. W212172-A B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the attached Log of Boring sheets. 5058BrushCreekRd. BORING NO.: 12 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W191763 WHERE IT ALL BEGINS www.alphatesting.com Client: Hanover Property Company Location: Fort Worth, Texas Project: Nance Tract(+/-325.3 Acres) Surface Elevation: Start Date: 8/8/2019 End Date: 8/8/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): 140/30 GROUND WATER OBSERVATIONS ° \ N E,;-, J On Rods(ft): NONE > o N U� ccn o -Ot >, C J t ♦After Drilling (ft): DRY Q o0 c° o f mo ° 3 N CL Q �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 10 40 23 17 2.0 Tan CLAY 4.5+ 10 34 19 15 3.2 4.0 Tan WEATHERED LIMESTONE with clay seams 5 and layers 12 43/ 10 12" 13.0 Tan and Gray SHALY CLAY 4.5+ 20 65 25 40 0.0 15 16.0 Gray LIMESTONE with shale seams and layers 100/ 20 20.0 1.25" TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 14 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W191763 WHERE IT ALL BEGINS www.alphatesting.com Client: Hanover Property Company Location: Fort Worth, Texas Project: Nance Tract(+/-325.3 Acres) Surface Elevation: Start Date: 8/7/2019 End Date: 8/7/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): 140/30 GROUND WATER OBSERVATIONS ° \ N E,;-, J On Rods(ft): NONE > o N U� ccn o -Ot >, C J t ♦After Drilling (ft): DRY Q o0 c° o f mo ° 3 N CL Q �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 14 69 25 44 720 Tan LIMESTONE with clay seams and layers 100/ 5 0.5' 100/ 10 1.5' 12.0 Gray LIMESTONE with shale seams and layers 100/ 15 0.75" 100/ 20 20.0 1.25" TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 15 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W191763 WHERE IT ALL BEGINS www.alphatesting.com Client: Hanover Property Company Location: Fort Worth, Texas Project: Nance Tract(+/-325.3 Acres) Surface Elevation: Start Date: 8/7/2019 End Date: 8/7/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): 140/30 GROUND WATER OBSERVATIONS ° \ N E,;-, J On Rods(ft): NONE > o N U� ccn o -Ot >, C J t ♦After Drilling (ft): DRY Q o0 c° o f mo ° 3 N CL Q �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAY 0.5 4.5+ 12 Tan WEATHERED LIMESTONE with clay seams and layers 30/ 5 12" 7.0 Gray and Tan SHALY CLAY 3.25 26 71 25 46 0.0 9.0 Tan LIMESTONE with clay seams and layers 81/ 10 1V 14.0 Gray LIMESTONE with shale seams and layers 100/ 15 1.25" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 1 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210744 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, LP Location: Fort Worth,TX Project: Nance Tract Surface Elevation: Start Date: 4/7/2021 End Date: 4/7/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): 170/24 GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn -O .� F J c o t >, C J t ♦After Drilling (ft): DRY Q o0 c° o f mo ° 3 N CL Q �� OZ o O dN 0„ U a N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4 5+ 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 3" 100/ 10 1.5" 12.0 Gray LIMESTONE with shale seams 100/ 15 .875' 100/ 20 20.0 P.625' TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 2 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W210744 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, LP Location: Fort Worth,TX Project: Nance Tract Surface Elevation: Start Date: 4/7/2021 End Date: 4/7/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): 170/24 GROUND WATER OBSERVATIONS o \ -6.5 N E,;-, J �On Rods(ft): NONE �0 o N U� U) o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN p U a m N cn o After_Hours(ft): m o o _ O J (6 MATERIAL DESCRIPTION Dark Brown and Brown CLAY 3.0 29 2.25 27 64 23 41 5 2.75 29 3.75 28 85 27 58 0.8 8.0 Tan CLAY with limestone fragments 2.75 19 33 17 16 0.0 10 12.0 Tan LIMESTONE with clay seams and layers 100/ 15 2.25" 16.0 Gray LIMESTONE with shale seams 075 0/ 20 20.0 ' TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 1 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J L70n Rods(ft): NONE �0 o N U� in c J J c o U - ZAfter Drilling (ft): DRY aL >O° ° c o o f rn mo Q o CL 3 N 3 0 After_Hours(ft): a°i U a o a N Cr 6 J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 18 2.0 Brown CLAY 4.5+ 16 5 4.5+ 20 75 24 51 1.9 6.0 Tan CLAY 3.5 21 2.5 20 47 17 30 0.7 10 4.5+ 18 15 17.0 Gray LIMESTONE 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 2 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J L70n Rods(ft): NONE �0 o N U� in c J J c o U — ZAfter Drilling (ft): DRY aL >O° ° c o o f rn mo Q o CL 3 n 3 0 After_Hours(ft): a°i U a o a N Cr 6 J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 3.1 93 21 65 22 43 4.5+ 15 4.0 Tan CLAY with calcareous deposits 5 4.5+ 15 3.5 16 4.5+ 14 10 4.5+ 16 15 15.0 Tan LIMESTONE 17.0 Gray LIMESTONE 100/ 20 20.0 1.75" TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 3 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/20/2021 End Date: 9/20/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Brown CLAYEY GRAVEL 6 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.75" 100/ 10 2" 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 4 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/20/2021 End Date: 9/20/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(Ibs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY 0 Q o c° 0 E c rn U)0 0- ° .0 CL Q �� OZ o O dN 0„ U 5 n cn o After E_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAYEY GRAVEL with limestone cobbles 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.50" 100/ 10 1.25" 14.0 Gray LIMESTONE 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 5 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N U� o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o-5 o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 13 2.0 Light Brown CLAY 4.5+ 13 38 17 21 4.0 Tan CLAY with calcareous deposits 5 4.0 16 3.75 16 56 18 38 2.4 4.5+ 14 10 10.0 Tan LIMESTONE with clay seams and layers 100/ 15 15.0 2.25 TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 6 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/20/2021 End Date: 9/20/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 3.3 89 12 47 19 28 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.75" 100/ 10 1.50" 100/ 15 15.0 1.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 7 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/20/2021 End Date: 9/20/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY 0 Q o c° 0 E c rn U)0 0- ° .0 CL Q �� OZ o O dN 0„ U 5 n cn o After E_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAYEY GRAVEL 4.5+ 6 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.25" 100/ 10 1.75" 100/ 15 15.0 1.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 8 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/20/2021 End Date: 9/20/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 12 48 24 24 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.25" 100/ 10 1.50" 100/ 15 15.0 1.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 9 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/20/2021 End Date: 9/20/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 11 42 19 23 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.50" 100/ 10 2.25" 100/ 15 15.0 2" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 10 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o 0 t ♦After Drilling (ft): DRY Q o0 c° o E c rn mo 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments 4.5+ 14 2.0 Tan CALCAREOUS CLAY 4.5+ 3.7 108 8 30 17 13 5 5.0 4.5+ 12 Tan LIMESTONE with clay seams and layers 100/ 10 3.25" 15 18.0 Gray LIMESTONE with shale seams and layers 100/ 12 20 20.0 2.50" TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 11 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N U� o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o-5 o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 17 4.5+ 17 5 4.5+ 20 6.0 Tan CLAY with calcareous deposits 4.5+ 13 41 18 23 0.8 4.5+ 13 10 10.0 Tan LIMESTONE with clay seams and layers 100/ 8 15 15.0 1.25" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 14 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/20/2021 End Date: 9/20/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J L7On Rods(ft): NONE �p o N c o U - ZAfter Drilling (ft): DRY aL >O° ° c o o f rn mo Q o CL 3 N 3 0 After_Hours(ft): a°i U a o a N Cr m N cn 6 J (6 MATERIAL DESCRIPTION OVZA Dark Brown CLAY VZA 4.5+ 21 4.5+ 19 4.0 Tan CLAY with calcareous deposits 5 4.5+ 16 31 17 14 0.0 4.5+ 15 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 2.50" 100/ 18 15 15.0 2.50" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 15 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N U� in o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o-5 o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 20 4.5+ 18 74 24 50 5 4.5+ 17 6.0 Tan CALCAREOUS CLAY 4.5+ 10 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 10 6.25' 15 17.0 Gray LIMESTONE 100/ 20 20.0 1 TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 16 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J L70n Rods(ft): NONE �0 o N U� J J c o U - ZAfter Drilling (ft): DRY aL >O° ° c o o f rn mo Q o CL 3 N 3 0 After_Hours(ft): a°i U a o a N Cr m N cn O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 21 4.5+ 20 4.0 Tan CLAY with calcareous deposits 5 4.25 19 3.75 20 4.0 13 47 17 30 0.0 10 10.0 Tan LIMESTONE 100/ 7 15 15.0 0.25" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 17 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown and Brown CLAY 4.5+ 20 4.5+ 19 5 4.5+ 21 77 24 53 3.9 6.0 Tan CLAY with calcareous nodules 4.5+ 20 4.5+ 17 10 10.0 Tan LIMESTONE 100/ 15 15.0 0.50" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 21 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o U N� � •1 N 0 t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION OVZA Dark Brown CLAY VZA 4.5+ 20 84 27 57 4.5+ 18 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 7" 10 100/ 15 15.0 4" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 22 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(Ibs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N U� in o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o-5 o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 21 4.5+ 24 5 4.5+ 21 6.0 Tan CLAY with limestone cobbles at 7' 20 4.25 14 54 19 35 0.3 10 12.0 Tan LIMESTONE with clay seams and layers 100/ 15 3" 20 20.0 TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 23 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 1.9 85 13 49 20 29 1.0 Tan LIMESTONE with clay seams and layers 5 100/ 10 2.25" 100/ 15 15.0 1.25" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 24 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 13 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.75" 10 14.0 Gray LIMESTONE 100/ 15 15.0 0.50" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 25 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 18 4.5+ 15 55 20 35 5 4.5+ 15 6.0 Tan LIMESTONE 100/ 10 0.75" 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 29 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N U� in o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o-5 o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 21 4.5+ 11.5 106 22 87 27 60 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 5" 10 100/ 15 15.0 6.25" Tan and Gray SHALY CLAY 4.5+ 26 20 20.0 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING N O.: 30 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o 0 t ♦After Drilling (ft): DRY Q o0 c° o E c rn mo 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 16 3.0 4.5+ 13 Tan LIMESTONE with clay seams and layers 100/ 10 5 7.50" 10 100/ 15 3.50" 18.0 Gray LIMESTONE with shale seams and layers 20 20.0 TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 31 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 19 66 23 43 4.5+ 12 3.0 Tan LIMESTONE with clay seams and layers 5 7 100/ 10 4" 15 18.0 Gray LIMESTONE with shale seams and layers 100/ 20 20.0 1.50" TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 32 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/27/2021 End Date: 9/27/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 18 100/ 5 1.50" 10 100/ 15 15.0 2" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 33 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown GRAVELLY CLAY 4.5+ 14 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.75" 10 100/ 15 15.0 2.25" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 34 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o U N� � •1 N 0 t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 12.6 102 20 73 25 48 3.0 4.5+ 12 Tan LIMESTONE with clay seams and layers 100/ 5 3.50" 10 14.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 37 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/23/2021 End Date: 9/23/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 19 72 23 49 2.0 Tan LIMESTONE with clay seams and layers : :1 21 100/ 5 0.75" 100/ 10 V 14.0 Gray LIMESTONE 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 38 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/22/2021 End Date: 9/22/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O J (6 �a a ?� z C MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 19 1.0 Tan LIMESTONE 100/ 5 0.50" 100/ 10 0.75" 13.0 Gray LIMESTONE 100/ 15 15.0 0.50" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 39 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/27/2021 End Date: 9/27/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 20 74 26 48 1.0 Tan LIMESTONE 5 100/ 10 V 14.0 Gray LIMESTONE 100/ 15 15.0 0.50" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 40 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/27/2021 End Date: 9/27/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Brown GRAVELLY CLAY 4.5+ 13 1.0 Tan LIMESTONE 100/ 5 0.75" 10 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 41 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 100/ 5 2.25" 10 100/ 15 15.0 2" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 42 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o 0 t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 n cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Light Brown CLAY with limestone fragments 4.5+ 12 42 18 24 4.5+ 11 3.0 Tan LIMESTONE with clay seams and layers 5 100/ 10 5.50" 15 15.0 Gray LIMESTONE with shale seams and layers 100/ 20 20.0 1 1.75" TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING N O.: 43 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 14 46 21 25 :2:0]1 Tan LIMESTONE with clay seams and layers 100/ 5 8.50" 23 10 100/ 15 15.0 1 3.50" Gray LIMESTONE with shale seams and layers 20 20.0 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING N O.: 47 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/23/2021 End Date: 9/23/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 16 2.0 Tan LIMESTONE with clay seams and layers : ]J 100/ 5 0.50" 100/ 10 0.75" 13.0 Gray LIMESTONE 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 48 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/22/2021 End Date: 9/22/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Brown CLAYEY GRAVEL 15 1.0 Tan LIMESTONE 100/ 5 0.25" 100/ 10 V 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 49 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/22/2021 End Date: 9/22/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 0.5 4.5+ 17 Tan LIMESTONE 100/ 5 0.25" 100/ 10 V 13.0 Gray LIMESTONE 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 50 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/27/2021 End Date: 9/27/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° o E c rn mo 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 3.5 84 19 77 25 52 2.0 Tan LIMESTONE 100/ 5 0.50" 10 13.0 Gray LIMESTONE 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 51 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N U� o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o-5 o _ O� �a a ?� z � MATERIAL DESCRIPTION Brown CLAYEY GRAVEL 11 1.0 Tan LIMESTONE 5 100/ 10 V 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 52 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Brown CLAY 4.5+ 12 39 20 19 1.0 Tan LIMESTONE 5 100/ 10 1.25" 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 58 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/23/2021 End Date: 9/23/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY 0 Q o c° 0 E c rn U)0 0- ° .0 CL Q �� OZ o O dN 0„ U 5 N cn o After E_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAYEY GRAVEL 0.5 Tan LIMESTONE with clay seams and layers 100/ 5 1 100/ 10 V 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 59 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/23/2021 End Date: 9/23/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 4.2 84 17 68 24 44 1.0 Tan LIMESTONE 100/ 5 0.75" 100/ 10 0.75" 12.0 Gray LIMESTONE 100/ 15 15.0 1 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 60 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N U� o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o-5 o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 14 2.0 Tan LIMESTONE : ]J 100/ 5 0.50" 10 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 61 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/27/2021 End Date: 9/27/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Brown CLAYEY GRAVEL 15 1.0 Tan LIMESTONE 5 100/ 10 V 13.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 62 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o U N� � •1 N 0 t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown and Tan CLAY with limestone fragments 4.5+ 11 49 21 28 2.0 Tan LIMESTONE 100/ : ]1 5 1 10 14.0 Gray LIMESTONE 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 63 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY 0 Q o c° 0 E c rn U)0 0- ° .0 CL Q �� OZ o O dN 0„ U 5 n cn o After E_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Brown CLAY with limestone fragments 0.5 Tan LIMESTONE with clay seams and layers 100/ 5 1.50" 10 14.0 Gray LIMESTONE 100/ 15 15.0 1 0.75" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 68 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/23/2021 End Date: 9/23/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn o U N� � •1 N -Ot >� C J t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 18 2.0 Tan LIMESTONE : :1 100/ 5 0.50" 100/ 10 0.50" 12.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 69 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o U N� � •1 N 0 t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 2.1 75 20 73 24 49 2.0 Tan LIMESTONE : :1 100/ 10 0.50" 14.0 Gray LIMESTONE 100/ 15 15.0 V TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 70 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o U N� � •1 N 0 t ♦After Drilling (ft): DRY Q o0 c° o E c rn mo 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 19 2.0 Tan LIMESTONE : :1 100/ 5 1 10 14.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 71 A L P H A #NJEST I N G Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/24/2021 End Date: 9/24/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS ° \ N � X J On Rods(ft): NONE > o N U� ccn .� E J c o U N� � •1 N 0 t ♦After Drilling (ft): DRY Q o0 c° 0 E c rn U)0 0- ° 3 .0 CL Q E �� OZ o O dN 0„ U 5 N cn o After_Hours(ft): m °— o _ O J (6 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 20 72 23 49 1.0 Tan LIMESTONE 5 100/ 10 2.25" 14.0 Gray LIMESTONE 100/ 15 15.0 0.75" TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING N O.: 72 A L P H A #XTESTING Fort Phone:e:81h, Texas 76119 Sheet 1 of 1 817-496-5600 Fax. 817-496-5608 PROJECT NO.: W212172 WHERE IT ALL BEGINS www.alphatesting.com Client: Pulte Homes of Texas, L.P.-Coppell Location: Fort Worth, Texas Project: Wellington Area 3 South, Phase 1 Surface Elevation: Start Date: 9/25/2021 End Date: 9/25/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop(lbs 1 in): GROUND WATER OBSERVATIONS \ N � X J �On Rods(ft): NONE �0 o N o U — t DRY 1After Drilling (ft): aL >O c o o f rn mo Q O E a0i� U� d o dN 0" U a m N cn o After_Hours(ft): o o _ O� �a a ?� z � MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 25 2.0 Tan LIMESTONE with clay seams and layers : ]J 100/ 5 1.75" 10 100/ 15 15.0 1.50" TEST BORING TERMINATED AT 15 FT 20 ALPHA / TESTING KEY TO SOIL SYMBOLS 1 WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL&ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® LOOSE 5 TO 10 (CL),Low Plasticity CLAY MEDIUM 11 TO 30 DENSE 31 TO 50 (SC),CLAYEY SAND VERY DENSE OVER 50 (SP),Poorly Graded SAND (SW),Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsf) (SM),SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN (ML),SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 F9 LIMESTONE ® SHALE/MARL RELATIVE DEGREE OF PLASTICITY(PI) LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o� (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW),Well Graded GRAVEL ® (GC),CLAYEY GRAVEL RELATIVE PROPORTIONS M (GM),SILTY GRAVEL TRACE 1 TO 10 (OL),ORGANIC SILT LITTLE 11 TO 20 SOME 21 TO 35 ® (OH),ORGANIC CLAY AND 36 TO 50 Eu FILL SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■ SHELBY TUBE(3"OD except where BOULDERS 8.0"OR LARGER noted otherwise) COBBLES 3.0"TO 8.0" SPLIT SPOON(2"OD except where COARSE GRAVEL 0.75"TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ MEDIUM SAND 0.4 mm TO 5.0 mm TEXAS CONE PENETRATION FINE SAND 0.07 mm TO 0.4 mm ❑ SILT 0.002 mm TO 0.07 mm ROCK CORE(2"ID except where CLAY LESS THAN 0.002 mm noted otherwise)