Loading...
HomeMy WebLinkAboutContract 62461-PM1CSC No. 62461 -PM 1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Parks of Village Creek Ph 1 IPRC Record No. IPRC24-0019 City Project No. 105369 FID No. 30114-0200431-105369-EO7685 File No. W-3027 X File No. X-28089 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth December 2024 Shield Engineering Group Owner/Developer TBPE Firm #F-11039 Pulte Homes of Texas L.P. TBPLS Firm # 10193890 9111 Cypress Waters Boulevard 1600 W 7t' St., Suite 400, Suite 100 Fort Worth, TX. 76102 Coppell, TX 75019 817-810-0696 972-304-2800 00/ JACE G. MOT KRAI _.o •. 119787 .,�,, Ii�i' OFFICIAL RECORD iosi CITY SECRETARY FT. WORTH, TX 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 100 1113 invitation to Bidders 03/20/2020 1 00 2113 inst...etiens to Bid efs 03/20/2020 00 41 00 Bid Fe 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Bon 04/02/2014 0045 11 Bidders Prequalification's 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45-13 Bidder Prequa ifieat ^„ A ioatian 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 i i ii 00 72 00 General Conditions 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 2500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 013120 P2c0zyt Meetings 07/01/2011 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 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization 444d P_ct-m ilimtkan 04/07/2014 0 i� won SWking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.2ov/tpw/contractors/ or htti)s://apps.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 02 1 l H Utility n o..,,,ya i A t,.,,,,10 ne � 02 1 l 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 8000 Medifieatr. to Eir.,�Xing-Cenereti & Fua`ur---,, Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 1 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 29 Concrete Paving Repair 32 1123 Flexible Base r..ufses- 332 1129 Lime Treated Base Courses ^1133 Cement Treated Base Coufses 32 1137 Liquid ,;a Treated Soil Stabilize 32 1216 Asphalt Paving 32 1273 Asphalt Paving -Crook F-m.�-,tqts 32 13 13 Concrete Paving Date Modified CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 27� Concrete Paving Joint Sealants D.,.,* -iek 32 1613 B Unit ": Concrete Curb and Gutters and Valley Gutters 32 1723 2'1� Pavement Markings Chain lJenees a -ad Ga4es 323126 323129 32 32 13 Wi -e > e,.ees a -a Gates Weed > e,.ees a -a Gates Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Ta'.�.-'\nary, W-a� e 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 3305 10 Cleaning ing of Sewer- Mains Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings - Cast Iron 3305 13.10 Frame, Cover and Grade Rings - Composite 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 33 05 20 i Concrete Collars Auger- Ber-ing Tunnel Liner- e.- D14e 33 05 22 330523 330524 Steel Casing Nlpe- Hand Tunneling installation ofCa...;e. Pipe i Casing ar Tunnz UrtIar- Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Mtz, Nut-, wid Gaskets 33 11 0 Dtwtilj hnan Piro 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 3i3 11 13 Eener-etc ProrGurc Pire, Baf VAWpea Steel Cylinder Tlype ✓3 11 11 B„riea Steel Pipe and Fittings ✓3 11 l i We St,.essea Go e .ete Cylinder- Pipe 33 1210 Water Services 1-inch to 2-inch 33 '1,21 11 Large xx 4e,. Mete -s 33 1220 Resilient Seated Gate Valve CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 331221 AAVWk Rul'r.'�/v Ee te,l BtWe ffly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 125 33 1260 WaWr EnrqrJ o f;t-atieas Standafd Blew offVa4ye Asse,..b! 33-31 12 33 31 13 !'we,l i Dl.,ee Pipe (CIPP\ Fik_g!sur ne n f -ee,l Pipe f r- G fa.y:t.- F/lrf. -Sewere High Dea sit-. Delyed+yle(I-IDPE) Pipe -for FrAitm— 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 3,31 3122 Sanitary C1 Uip T/.sir.g 3,31 3123 Sanitary Sewer Pipe E large,,,e,�t 33 31 50 333170 Sanitary Sewer Service Connections and Service Line Combination Air Valve for Sanitary Sewer- Foree MaiB 3339 10 Cast -in -Place Concrete Manholes 33 39 20 22� Precast Concrete Manholes 33 3940 Fiber -glass Manholes Waste,...,te, A eees i CWI w or (WAQ 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 1111 HighDensity Polyethylene (LIDPE) Dr --TefStcom Dmii& 23 11 12 Deinf ,-ee.l Polyetl.lene (ERP -1) Pipe 33 46 00 Subdrainage 33 4601 SlettedStcfm Drain 33 4602 Trendh Domains 33 49 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Tf ffie Signals 34 ^�-4z-i .001 34 ^�-4z-i .02 L'„ ^r tt A ent Cabinet aechm.,rrcnt ollef ^z ttaehment✓r eifieativn 3^ ^�03 ^Atraehment C—Se uni S/rooi€ieatien 2/1 1 1 1 1 ann F, ( mr; T,.., ff; ,. � 2/1 11 13 Removing T,-.,ff; e Signals ?il 11 15 Reet gular Ra is Flashing Be�eeN 34 41 16 Pedo an Hybrid Signal 34 41 20 Roadway Illumination Assemblies 3 ^ ^env 1 Artcr,r�. �7 �I�y !jam. ina rvs 3^ ^�02 Fr-eeway LTD P_oaaway r , e 3^ ^�03 Re�tial. LTD P_aa Dmninairzs 34 41 30 Aluminum Signs 3471 13 Traffic Control CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105369 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised March 20, 2020 WATER, SANITARY SEWER, DRAINAGE CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI CPN: 105369 00 42 43 i DAP-Bm PROPOSAL Pagel of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT I: WATER IMPROVEMENTS_ 1 0241.1118 4" - 12" Pressure Plug 0241 14 EA 8 $877.00 $7,016.00 2 3005.0003 8" Waterline Lowering 33 05 12 EA 13 $5,990.00 $77,870.00 3 3305.0005 12" Waterline Lowering 33 05 12 EA 3 $6,890.00 $20,670.00 4 3305.0109 Trench Safety 33 05 10 LF 9202 $2.00 $18,404.00 5 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 LF 40 $52.50 $2,100.00 6 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 2.99 $14,440.00 $43,175.60 7 3311.0241 8" Water Pipe 3311 10,33 LF 8352 $55.28 $461,698.56 8 3311.0441 12" Water Pipe 3311 10,33 LF 850 $91.30 $77,605.00 9 3312.0001 Fire Hydrant w/ Gate Valve 33 12 40 EA 16 $6,680.00 $106,880.00 10 3312.2003 1" Water Service (Irrigation) 33 12 10 EA 10 $1,190.00 $11,900.00 11 3312.2003 1" Water Service (Domestic) 33 12 10 EA 199 $1,140.00 $226,860.00 12 3312.3003 8" Gate Valve & Box 33 12 20 EA 28 $2,210.00 $61,880.00 13 3312.3005 12" Gate Valve & Box 33 12 20 EA 4 $3,860.00 $15,440.00 14 3471.0013 Traffic Control 3471 13 EA 6 $2,500.00 $15,000.00 15 9999.0001 20" Steel Encasement 00 00 00 LF 26 $265.00 $6,890.00 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTA _ UNIT 1: WATER IMPROVEMENTS $1,153,389.16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 42 43—Bid Proposa]_DAPI Utility 00 42 43 DAP-BIDPROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT II: SANITARY yVER IMPROV :MENTS 1 3301.0002 Post -CCTV Inspection 3301 31 LF 8322 $3.00 $24,966.00 2 3301.0101 Manhole Vacuum Testing 3301 30 EA 31 $200.00 $6,200.00 3 3305.0109 Trench Safety 33 05 10 LF 8322 $1.00 $8,322.00 4 3305.0112 Concrete Collar 33 05 17 EA 2 $976.00 $1,952.00 5 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 LF 440 $52.50 $23,100.00 6 3331.3301 8" Sewer Service 3331 50 EA 199 $790.00 $157,210.00 7 3331.4115 8" Sewer Pipe 3331 20 LF 6184 $53.08 $328,246.72 8 3331.4119 8" DIP Sewer Pipe 3311 10 LF 233 $53.84 $12,544.72 9 3331.4201 10" Sewer Pipe 3311 10,33 LF 961 $64.95 $62,416.95 10 3331.4208 12" Sewer Pipe 3311 10,33 LF 763 $74.30 $56,690.90 11 3331.4212 12" DIP Sewer 3311 10 LF 181 $74.30 $13,448.30 12 3339.0001 Epoxy Manhole Liner 33 39 60 VF 186 $380.00 $70,680.00 13 3339.1001 4' Manhole 33 39 10 EA 30 $4,965.00 $148,950.00 14 3339.1002 4' Drop Manhole 33 39 10, 33 EA 1 $7,385.00 $7,385.00 15 3339.1003 Extra Depth Manhole ( > 6.0') 33 39 10 VF 204 $650.00 $132,600.00 16 3471.0013 Traffic Control 34 71 13 MO 6 $2,500.00 $15,000.00 17 9999.0002 20" Steel Casing 00 00 00 EA 414 $265.00 $109,710.00 18 9999.0003 Connect to Existing 8" Sewer Main 00 00 00 EA 1 $3,500.00 $3,500.00 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,182,922.59 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 42 43 Bid Proposal_DAPI Utility UNIT PRICE BID Bidlist Item No. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 3125.0101 SWPPP>_ 1 Acre 00 42 43 DAP - BID PROPOSAL Page 3 of 4 Bidder's Application Specification Unit of Bid Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 31 2500 LS 3137.0102 Large Stone Riprap, dry 3137.0103 Large Stone Riprap, grouted 3305.0109 Trench Safety 3305.0112 Concrete Collar 3341.0103 18" RCP, Class III 3341.0201 21" RCP, Class III 3341.0205 24" RCP, Class III 3341.0208 27" RCP, Class III 3341.0305 33" RCP, Class III 3341.0309 36" RCP, Class III 3341.0402 42" RCP, Class III 3341.0409 48" RCP, Class III 3341.1103 4' X 4' Box Culvert 3341.1203 V X 5' Box Culvert 3341.1303 6' X 4' Box Culvert 3349.0002 5' Storm Junction Box 3349.0003 6' Storm Junction Box 3349.0004 7' Storm Junction Box 3349.0005 8' Storm Junction Box 3349.5001 10' Curb Inlet 3349.7001 4' Drop Inlet 9999.0004 18" Sloping Headwall 9999.0005 24" Sloping Headwall 9999.0006 27" Sloping Headwall 9999.0007 33" Sloping Headwall 9999.0008 36" Sloping Headwall 9999.0009 42" Sloping Headwall 9999.0010 48" Sloping Headwall 9999.0011 20' X 6.5' Drop Inlet 9999.0012 Const 9' X 8' Junction Box 9999.0013 Const Outfall Structure 9999.0014 Const 60" Straight Wingwall 31 3700 31 3700 33 05 10 330517 3341 10 3341 10 3341 10 3341 10 3341 10 3341 10 3341 10 3341 10 3341 10 3341 10 3341 10 33 49 10 33 49 10 33 49 10 334910 33 49 20 33 49 20 00 00 00 1000000 00 00 00 1000000 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 SY SY LF EA LF LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA 5,244 268 7662 2 150 292 989 340 187 300 562 520 2020 591 1711 2 5 1 2 1 2 3 1 1 TOTAL UNIT III: DRAINAGE IMPROVEMENTS Bidder's Proposal Unit Price Bid Value i $3,700.00 $3,700.00 $120.00 $629,280.00 $162.00 $43,416.00 $3.00 $22,986.00 $800.00 $1,600.00 $79.80 $11,970.00 $86.23 $25,179.16 $98.21 $97,129.69 $108.72 $36,964.80 $141.00 $26,367.00 $147.90 $44,370.00 $190.34 $106,971.08 $223.84 $116,396.80 $297.24 $600,424.80 $415.92 $245,808.72 $447.67 $765,963.37 $8,320.00 $16,640.00 $10,820.00 $54,100.00 $14,300.00 $14,300.00 $17,250.00 $34,500.00 $5,430.00 $5,430.00 $7,320.00 $14,640.00 $2,980.00 $8,940.00 $3,620.00 $3,620.00 $3,780.00 $3,780.00 $4,550.00 $4,550.00 $6,120.00 $12,240.00 $7,020.00 $7,020.00 $7,430.00 $7,430.00 $33,920.00 $33,920.00 $20,232.00 $101,160.00 $25,120.00 $25,120.00 $11,250.00 $22,500.00 $3,148,417 42 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22. 2019 Copy of 42 43-Bid Proposal_DAPI Utility SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 4 of 4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) I Specification Unit of Bid p No. Description Section No. I Measure Quantity Unit Price Bid Value Bid Summary UNIT I: WATER IMPROVEMENTS $1,153,389.16 UNIT II: SANITARY SEWER IMPROVEMENTS $1,182,922.59 UNIT III: DRAINAGE IMPROVEMENTS $3,148,417.42 Total Construction Bid $5,484,729.17 This Bid is submitted by the entity named below: BIDDER: Circle H Contractors L.P. P.O. Box 220 Midlothian, TX 76065 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Tr Stag - TITLE: Estimator Y DATE- It 13-24 END OF SECTION 150 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 42 43_Bid Proposal_DAP I Utility 00 45 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxDertnit/_ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised Apd] 2, 2014 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 6 g END OF SECTION CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of I 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 "Mai or Work Type" box provide the complete mai or work type and actual description as vrovided by the Water Department for water and sewer and TPW for paving., Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, New Development (>— 16 in) Sewer Collection System, New Circle H Contractors L.P. 4/30/2025 Development (> 8 in) Drainage Improvements The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name: Circle H Contractors L.P. Address: P.O. Box 220 Midlothian, TX 76065 BY: (Sig resn ature� I&- Pident of'2f3NM LC the TITLE: GP for Circle 11 Convacturs, LP DATE: rr I�IN4 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS PARKS OF VILLAGE CREEK PHS 0045 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.105369. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Circle H Contractors L.P. Company P.O. Box 220 Address Midlothian. TX 76065 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: �14104l v_I (Ple• se Print) Signature: President of 2BWO. LLC the Title: GP for Circic 11 Contractors, LP (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared rA��_ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of _ Circle H Contractors L.P. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �'h day of Du ,Q xr- 3P A 20424 MICHELE BLAND t Notary Public rY STATE OF TEXAS -Notary Public in and for the Slate of Texas *; * ID#12518401-2 or FAy Comm. Exp. December T =6 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 PARKS OF VILLAGE CREEK PHI CPN:105369 00 52 43 - 1 Developer Awarded Project Agreement Pagel of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 12/20/2024 is made by and between the Developer, 5 Pulte Homes of Texas L.P., authorized to do business in Texas ("Developer") , and Circle H 6 Contractors L.P., authorized to do business in Texas, acting by and through its duly authorized 7 representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: to Article 1. WORD 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 Parks of Village Creek Phase 1 17 City Proiect Number: 105369 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 { 150 ) 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 tithes 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 Dollars ($b50) for each day that expires after the time specified in Paragraph 36 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 00 52 43 -2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of FIVE MILLION FOUR HUNDRED EIGHTY 40 FOUR THOUSAND SEVEN HUNDRED TWENTY NINE DOLLARS AND SEVENTEEN 41 CENTS ($5,484.729.I7{. 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 Forms) 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 S. Specifications specifically trade 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 CITY OF FORT WORT14 PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 005243 -3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in dart, by anv act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by anv act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 11l remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR, 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division, CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 00 52 43 -4 Developer Awarded Project Agreement Page 4 of 4 117 118 7.6 Authority to Sign 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 127 Contractor: Circle H Contractors L.P. By: ,,(.�e— (Signature) t rr� (Printed Name) Prrsident of213WO.IIC the Title: (i 1, 1,)r Circle 11 Copiraclors, LP Company Name: Address: P.O. Box 220 City/State/Zip: Midlothian, TX 76065 12/20/2024 Date Developer: Pulte Homes of Texas L.P. � (Signature) M^e, ZE` r (Printed Name) Title: Vi4a rt► pj� v rr op I.M� Company name: Address: 9111 Cypress Waters Boulevard Suite 100 City/State/Zip: Coppell, TX 75019 12/20/2024 Date OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPNJ05369 Revised June16,2016 NOTICE TO POLICYHOLDERS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: You may call Great Midwest Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-203-1179 You may also write to Great Midwest Insurance Company at: 800 Gessner Rd Suite 600 Houston, TX 77024 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.aov Email: ConsumerProtectionO.tdi.texas.u,. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de Great Midwest Insurance Company's para obtener informacion o para presentar una queja al: 1-800-203-1179 Usted tambien puede escribir a Great Midwest Insurance Company: 800 Gessner Rd Suite 600 Houston, TX 77024 Usted puede comunicarse con el Departamento de Seguros de Texas para obtener informacion sobre companias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.Qov Email: ConsumerProtection(6tdi.texas.yov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propdsito informativos y no se convierte en parte o en condicibn del documento adjunto. HIIG PN 007103 18 Page 1 of 1 POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS, that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation, with its principal office in Houston, TX, does hereby constitute and appoint: Bret Tomlinson, Sheri R. Allen, Peggy Hogan, Sherrel Breazeale its true and lawful Attorneys) -In -Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 15r day of October, 2018 as follows: Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed Twenty -Five Million dollars ($25,000,000.00), which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attomey-In-Fact, so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 11th day of February, 2021. OORPORATESEAL ACKNOWLEDGEMENT BY GREAT MIDWEST INSURANCE COMPANY Mark W. Haushill President On this 11th day of February, 2021, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. (1, CHRISTINA BISHOP Notary Public, State of Texas Comm. Explres 04-]4-2025 +'� „ran Notary ID ] 31090488 CERTIFICATE BY Christina Bishop Notary Public I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Houston, TX this Day of December 20 24 BY Leslie K. Shaunty Secretary "WARNING: Any person who knowingly and with intent to defraud any Insurance company or other person, files and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act, which is a crime and subjects such person to criminal and civil penalties. Starr Indemnity & Liability Company '�...� Y Y Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Omnibus Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization Endorsement Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. COMMERCIAL GENERAL LIABILITY COVERAGE PART It is hereby agreed as follows: The following applies to construction contracts requiring: a. ISO Additional Insured endorsement CG 20 10 10 01; or b. ISO Additional Insured — Owners, Lessees or Contractors- (Form B) endorsement CG 20 10 11 85 or its equivalent on the insurance policy: SCHEDULE Name of Person or Organization: Where Required By Written Contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of OG 242 (07-17) Page 1 of 1 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. 109 A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: Starr Indemnity & Liability Company Y Dallas, TX 1-866-519-2522 the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Subject to paragraph 1 above, the following applies to construction contracts requiring ISO Additional Insured endorsement CG 20 10 07 04 on the insurance policy, Name Of Additional Insured Person(s) Or Organizationis): Where Required By Written Contract SCHEDULE Location(s) Of Covered Operations Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 3. Subject to paragraphs 1 and 2. above, the following applies to all other construction contracts, including specifically those contracts requiring ISO Additional Insured endorsement CG 20 10 04 13 on the insurance policy: OG 242 (07-17) Page 2 of 3 Copyright© Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. 4f Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Name Of Additional Insured Person(s) Or Organization(s). Where Required By Written Contract SCHEDULE Location(s) Of Covered Operations Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: All other terms and conditions of this Policy remain unchanged. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. OG 242 (07-17) Page 3 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. y_ +; Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Omnibus Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. COMMERCIAL GENERAL LIABILITY COVERAGE PART It is hereby agreed as follows: 1. The following applies to construction contracts requiring: a. ISO Additional Insured endorsement CG 20 37 10 01; or b. ISO Additional Insured — Owners, Lessees or Contractors- (Form B) endorsement CG 20 10 11 85 or its equivalent on the insurance policy: SCHEDULE Name of Person or Organization: Where Required By Written Contract Location and Description of Completed Operations: Where Required By Written Contract Additional Premium: Included (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products - completed operations hazard". OG 243 (07-17) Page 1 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. �,�' Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 2. Subject to paragraph 1. above, the following applies to construction contracts requiring ISO Additional Insured endorsement CG 20 37 07 04 on the insurance policy - Name Of Additional Insured Person(s) Or Organization(s): Where Required By Written Contract SCHEDULE Location And Description Of Completed Operations Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". 3. Subject to paragraphs 1. and 2. above, the following applies to all other construction contracts, including specifically those contracts requiring ISO Additional Insured endorsement CG 20 37 04 13 on the insurance policy - Name Of Additional Insured Person(s) Or Organization(s): Where Required By Written Contract SCHEDULE Location And Description Of Completed Operations Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are OG 243 (07-17) Page 2 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of All other terms and conditions of this Policy remain unchanged. Signed for STARR INDEMNITY & LIABILITY COMPANY Steve BlakeyWresi nt the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Nehemiah E. Ginsburg. General. Counsel OG 243 (07-17) Page 3 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. POLICY NUMBER: 1000026086241 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 1219 ©Insurance Services Office, Inc., 2018 Page 1 of 1 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Primary and Non -Contributory Condition Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. SECTION IV — CONDITIONS, condition 4. Other Insurance is amended as follows: 1. The following is added to paragraph 4.a. of the Other Insurance condition: This insurance is primary insurance as respects our coverage to the additional insured, where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured is a Named Insured. 2. The following is added to paragraph 4.b. of the Other Insurance condition: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same 'occurrence", claim or "suit". All other terms and conditions of this Policy remain unchanged. Signed for STARR INDEMNITY & LIABILITY COMPANY Steve Blakey, President Nehemiah E. Ginsburg, GeneratCounsel PC -115 (02/09) Page 1 of 1 Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with Its permission. COMMERCIAL GENERAL LIABILITY SIGL-0139 1122 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF LIMITS OF INSURANCE (PER PROJECT, PER LOCATION OR PER PROJECT AND PER LOCATION GENERAL AGGREGATE LIMIT) Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE [ ] Per Project General Aggregate Limit [ ] Per Location General Aggregate Limit [X ] Per Project and Per Location General Aggregate Limit $15,000,000 THIS ENDORSEMENT DOES NOT APPLY AND HAS NO EFFECT IF: NONE OF THE BOXES LISTED ABOVE ARE CHECKED; MORE THAN ONE OF THE BOXES LISTED ABOVE ARE CHECKED; OR ONLY ONE OF THE BOXES LISTED ABOVE IS CHECKED BUT IS UNACCOMPANIED BY AN ASSOCIATED DOLLAR AMOUNT. General Aggregate Limit Each Occurrence Limit Products -Completed Operations Aggregate Limit Personal and Advertising Injury Limit Damage to Premises Rented to You Limit Medical Expense Limit [X] Overall Policy Aggregate Limit [ ] Overall Policy Aggregate Limit $4, 000, 000 $2,000,000 $4,000,000 $2,000,000 $100,000 $15,000 $15,000,000 Not Applicable WITH RESPECT TO THE OVERALL POLICY AGGREGATE LIMIT, THIS ENDORSEMENT DOES NOT APPLY AND HAS NO EFFECT IF: SIGL-0139 11 22 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NEITHER OF THE BOXES LISTED ABOVE ARE CHECKED; BOTH OF THE BOXES LISTED ABOVE ARE CHECKED; OR THE FIRST BOX ABOVE IS CHECKED BUT IS UNACCOMPANIED BY AN ASSOCIATED DOLLAR AMOUNT. It is hereby agreed as follows: A. The Limits of Insurance shown in the Declarations are deleted in their entirety and replaced by the limits shown in the Schedule of this endorsement. 1. Your policy includes either a Per Project General Aggregate Limit, a Per Location General Aggregate Limit or a Per Project and Per Location General Aggregate Limit. B. SECTION III — LIMITS OF INSURANCE is deleted in its entirety and replaced by the following: 1. The Limits of Insurance and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the products -completed operations hazard;" and c. Damages under Coverage B. 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard." 4. Subject to Paragraph 2 above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Subject to Paragraph 2 or 3 above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence." 6. Subject to Paragraph 5 above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to Paragraph 5 above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 8. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Project General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and c. Medical expenses under Coverage C arising out of the any single Project. SIGL-0139 11 22 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 9. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Location General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and c. Medical expenses under Coverage C arising out of the any single "Location." 10. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Project and Per Location General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and c. Medical expenses under Coverage C arising out of any single Project or "Location," as applicable. 11. If a dollar value is assigned to the Overall Policy Aggregate Limit above, a. The Overall Policy Aggregate Limit is the most we will pay in any policy period regardless of the number of Projects or "Locations" and b. All other Limits of Insurance apply subject to the Overall Policy Aggregate Limit. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. C. SECTION V — DEFINITIONS is amended to include the following: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway, or right-of-way railroad. All other terms and conditions of this policy remain unchanged. SIGL-0139 11 22 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. t _ Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This policy includes all the forms and endorsements listed in the Schedule below: SCHEDULE OF FORMS AND ENDORSEMENTS Important Notice To Texas Policyholders Claim Reporting Guidelines Notice to Texas Policyholder - Complaint Procedures Notice to Texas Policyholder Asbestos Exclusion Notice to Texas Policyholder - Total Lead Exclusion Notice to Texas Policyholder - Absolute Silica Exclusion Amendment - Notice of Cancellation For Third Parties Texas Commercial General Liability Declarations Signature Page U.S. Treasury Department's Office Of Foreign Assets Control (OFAC) Advisory Notice To Policyholders Schedule of Forms & Endorsements Calculation Of Premium Common Policy Conditions Nuclear Energy Liability Exclusion Endorsement (Broad Form) Texas Changes - Duties Texas Changes - Cancellation And Nonrenewal Provisions For Casualty Lines And Commercial Package Policies Commercial General Liability Coverage Form Employee Benefits Liability Coverage Texas Changes Texas Changes - Employment -Related Practices Exclusion Deductible Liability Insurance PNSI 014 TX (07/16) CLAIMS RPT (00/00) SIPN 018 07 23 SIPN-019 11 21 SI PN-020 11 21 SIPN-021 11 21 SIIL 102 (10/14) GCGL 001 TX D (08/13) SIIL 0000 (12/12) IL P 001 01 04 PC 101 (02/09) IL 00 03 09 08 IL001711 98 IL00210908 IL 01 68 03 12 IL027511 13 CG 00 01 04 13 CG 04 35 12 07 CG 01 03 06 06 CG 26 39 12 07 CG 03 00 01 96 Exclusion - Access or Disclosure of Confidential or Personal CG 21 07 05 14 Information and Data -Related Liability - With Limited Bodily Injury Exception Not Included PC 101 (02/09) Page 1 of 3 Copyright© C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. ;y Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Exclusion - Unmanned Aircraft CG 21 09 06 15 Exclusion - Designated Work CG 21 34 01 87 Exclusion - Intercompany Products Suits CG 21 41 1219 Exclusion - Designated Operations Covered By A Controlled (Wrap- CG 21 54 12 19 Up) Insurance Program Total Pollution Exclusion With A Building Heating, Cooling And CG 21 65 12 04 Dehumidifying Equipment Exception And A Hostile Fire Exception Exclusion Of Certified Acts Of Terrorism CG 21 7301 15 Exclusion of Certified Acts of Terrorism and Exclusion of Other Acts CG 21 7501 15 of Terrorism Committed Outside the United States Exclusion - Exterior Insulation and Finish Systems CG 21 86 12 04 Exclusion - Inspection Appraisal And Survey Companies CG 22 24 04 13 Exclusion - Contractors - Professional Liability CG 22 79 04 13 Waiver Of Transfer Of Rights Of Recovery Against Others To Us CG 24 04 12 19 (Waiver of Subrogation) Contractual Liability - Railroads CG 24 17 10 01 Composite Rating Plan Premium Endorsement OG 100 (11/09) Notice and Knowledge of an Occurrence Endorsement OG 102 (10/14) Primary and Non -Contributory Condition OG 107 (04/11) MTBE and Other Fuel Oxygenates Exclusion OG 133 (01-19) Amendment of Other Insurance Endorsement SIGL-0104 11 22 Amendment of Limits of Insurance (Per Project, Per Location, or Per SIGL-0139 11 22 Project and Per Location General Aggregate Limit) Absolute Silica Exclusionary Endorsement SIGL-0142 11 21 Total Lead Exclusionary Endorsement SIGL-0143 11 21 Asbestos Exclusionary Endorsement SIGL-0281 11 21 Absolute Cyber Exclusionary Endorsement SIGL-0283 11 21 Radioactive Matter Exclusion Endorsement OG 176 (04/12) Fungus Exclusion OG 191 (04/12) Omnibus Additional Insured - Owners, Lessees or Contractors - OG 242 (07-17) Scheduled Person or Organization Endorsement Omnibus Additional Insured - Owners, Lessees or Contractors - OG 243 (07-17) Completed Operations Endorsement PC 101 (02/09) Page 2 of 3 Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. �C ,.; Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Chromated Copper Arsenate (CCA) Exclusion Endorsement Cross Suits Exclusion Primary and Non -Contributory Condition Signed for STARR INDEMNITY & LIABILITY COMPANY Steve Blaney, President PC 108 (02/09) PC 110 (02/09) PC 115 (02/09) Nehemiah E. Ginsburg. General counsel PC 101 (02/09) Page 3 of 3 Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with Its permission. COMMERCIAL AUTO SICA-1016 06 21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - AUTOMATIC STATUS AMENDATORY ENDORSEMENT Policy Number: 1000673030241 Effective Date: 12/05/2024 Named Insured: CIRCLE H CONTRACTORS, LP This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM It is hereby agreed that SECTION II — COVERED AUTOS LIABILITY COVERAGE, A. COVERAGE, 1. Who Is An Insured of the Business Auto Coverage Form and Motor Carrier Coverage Form, and SECTION I — COVERED AUTOS COVERAGES, D. Covered Autos Liability Coverage, 2. Who Is An Insured of the Auto Dealers Coverage Form are amended to include the following: Any person or organization whom you become obligated to include as an additional insured under this policy, as a result of any written contract or written agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by your use of a covered "auto". However, the insurance afforded only applies to the extent permitted by law, and will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by such written contract or written agreement. All other terms and conditions of this Policy remain unchanged. SICA-1016 06 21 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: 1000673030241 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Circle H Contractors, LP Endorsement Effective Date: 12/5/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 STARRStarr Indemnity & Liability Company I Dallas, TX INTERLINE INSURANCE COMPANIES SIIL DS 02 06 21 Policy Number: 1000673030231 SCHEDULE OF FORMS AND ENDORSEMENTS Form Number And Edition Date Form Title SIPN-000 0621 CLAIM REPORTING GUIDELINES SIPN-018 0723 NOTICE TO TEXAS POLICYHOLDER COMPLAINT PROCEDURES SILC IL 0001 0621 STARR INDEMNITY & LIABILITY COVER PAGE SICA DS 01 0621 BUSINESS AUTO DECLARATIONS SIIL DS 02 0621 SCHEDULE OF FORMS AND ENDORSEMENTS SIIL DS 05 0621 SCHEDULE OF TAXES, SURCHARGES OR FEES SICA DS 02 0621 SCHEDULE OF COVERED AUTOS YOU OWN IL N 001 0903 FRAUD STATEMENT SIPN-002 0621 NOTICE TO POLICYHOLDER - U.S. TREASURY DEPARTMENTS OFFICE OF FOREIGN ASSETS CONTROL ("OFAC") SIPN-097 0621 NOTICE TO TEXAS POLICYHOLDER - ACCIDENT PREVENTION SERVICES AVAILABLE SIPN-139 0621 NOTICE TO TEXAS POLICYHOLDER - MOTOR VEHICLE CRIME PREVENTION AUTHORITY IL 00 03 0908 CALCULATION OF PREMIUM IL 0017 1198 COMMON POLICY CONDITIONS IL 00 21 0908 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (BROAD FORM) OG-100 1109 COMPOSITE RATING PLAN PREMIUM ENDORSEMENT SIIL-102 1014 AMENDMENT - NOTICE OF CANCELLATION FOR THIRD PARTIES CA 00 01 1120 BUSINESS AUTO COVERAGE FORM CA 0196 1120 TEXAS CHANGES CA 02 43 1113 TEXAS CHANGES - CANCELLATION AND NONRENEWAL CA 04 21 1120 FULL SAFETY GLASS COVERAGE CA 04 42 1013 EXCLUSION OF FEDERAL EMPLOYEES USING AUTOS IN GOVERNMENT BUSINESS CA 04 44 1013 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) CA 20 55 1013 FELLOW EMPLOYEE COVERAGE CA 2109 1013 TEXAS UNINSURED/UNDERINSURED MOTORISTS COVERAGE CA 22 64 1013 TEXAS PERSONAL INJURY PROTECTION ENDORSEMENT CA 23 84 1013 EXCLUSION OF TERRORISM CA 23 94 1013 SILICA OR SILICA -RELATED DUST EXCLUSION FOR COVERED AUTOS EXPOSURE CA 9916 1013 HIRED AUTOS SPECIFIED AS COVERED AUTOS YOU OWN CA 99 95 1013 TEXAS SUPPLEMENTARY DEATH BENEFIT SICA-1017 0919 INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSURED AMENDATORY ENDORSEMENT SICA-1025 0919 INSURED'S DUTIES AMENDATORY ENDORSEMENT SICA-1028 0919 EARLY NOTICE OF CANCELLATION PROVIDED BY US AMENDATORY ENDORSEMENT SIIL DS 02 06 21 Page 1 of 1 COMMERCIAL AUTO SICA-1017 (0919) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS AMENDATORY ENDORSMENT Policy Number: 1000673030241 Effective Date: 12/5/2024 Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. BUSINESS AUTO COVERAGE FORM SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, c., is amended by the addition of the following: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that has issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions of this Policy remain unchanged. SICA-1017 (0919) Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. ...exasmutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 12/5/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0001279712 of Texas Mutual Insurance Company effective on 12/5/24 Issued to: CIRCLE H CONTRACTORS LP This is not a bill NCCI Carrier Code: 29939 Authorized representative 11 /13/24 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B —� w Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Omnibus Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization Endorsement Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. COMMERCIAL GENERAL LIABILITY COVERAGE PART It is hereby agreed as follows: The following applies to construction contracts requiring: a. ISO Additional Insured endorsement CG 20 10 10 01; or b. ISO Additional Insured — Owners, Lessees or Contractors- (Form B) endorsement CG 20 10 11 85 or its equivalent on the insurance policy: SCHEDULE Name of Person or Organization: Where Required By Written Contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of OG 242 (07-17) Page 1 of 1 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. 0 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2. Subject to paragraph 1. above, the following applies to construction contracts requiring ISO Additional Insured endorsement CG 20 10 07 04 on the insurance policy: Name Of Additional Insured Person(s) Or Organizationi.$): Where Required By Written Contract SCHEDULE Location(s) Of Covered Operations Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended This insurance does not apply to "bodily to include as an additional insured the injury" or "property damage" occurring after: person(s) or organization(s) shown in the 1. All work, including materials, parts or Schedule, but only with respect to liability for equipment furnished in connection with "bodily injury", "property damage" or such work, on the project (other than personal and advertising injurycaused, in service, maintenance or repairs) to be whole or in part, by: performed by or on behalf of the 1. Your acts or omissions; or additional insured(s) at the location of the covered operations has been 2. The acts or omissions of those acting on completed; or your behalf; in the performance of your ongoing operations for the additional 2. That portion of "your work" out of which insured(s) at the location(s) designated the injury or damage arises has been above. put to its intended use by any person or organization other than another B. With respect to the insurance afforded to contractor or subcontractor engaged in these additional insureds, the following performing operations for a principal as additional exclusions apply, a part of the same project. Subject to paragraphs 1 and 2. above, the following applies to all other construction contracts, including specifically those contracts requiring ISO Additional Insured endorsement CG 20 10 04 13 on the insurance policy: OG 242 (07-17) Page 2 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Name Of Additional Insured Person(s) Or Organizatioms). Where Required By Written Contract SCHEDULE Location(s) Of Covered Operations I Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after - All other terms and conditions of this Policy remain unchanged. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. OG 242 (07-17) Page 3 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Omnibus Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. COMMERCIAL GENERAL LIABILITY COVERAGE PART It is hereby agreed as follows: 1. The following applies to construction contracts requiring: a. ISO Additional Insured endorsement CG 20 37 10 01; or b. ISO Additional Insured — Owners, Lessees or Contractors- (Form B) endorsement CG 20 10 11 85 or its equivalent on the insurance policy: SCHEDULE Name of Person or Organization: Where Required By Written Contract Location and Description of Completed Operations: Where Required By Written Contract Additional Premium: Included (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products - completed operations hazard". OG 243 (07-17) Page 1 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 2. Subject to paragraph 1. above, the following applies to construction contracts requiring ISO Additional Insured endorsement CG 20 37 07 04 on the insurance policy - SCHEDULE Name Of Additional Insured Location And Description Of Completed Person(s) Or Organization(s): Operations Where Required By Written Contract I Where Required By Written Contract l Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". 3. Subject to paragraphs 1. and 2. above, the following applies to all other construction contracts, including specifically those contracts requiring ISO Additional Insured endorsement CG 20 37 04 13 on the insurance policy: Name Of Additional Insured Person(s) Or Organization(s): Where Required By Written Contract SCHEDULE Location And Description Of Completed Operations Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are OG 243 (07-17) Page 2 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of All other terms and conditions of this Policy remain unchanged. Signed for STARR INDEMNITY & LIABILITY COMPANY SAtev* Blake .. rnt " Y e the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Nehemiah E. Ginsburg, Generai&unsel OG 243 (07-17) Page 3 of 3 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. POLICY NUMBER: 1000026086241 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of We waive any right of recovery against the person(s) Rights Of Recovery Against Others To Us of or organization(s) shown in the Schedule above Section IV — Conditions: because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Primary and Non -Contributory Condition Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. SECTION IV — CONDITIONS, condition 4.Other Insurance is amended as follows: 1. The following is added to paragraph 4.a. of the Other Insurance condition: This insurance is primary insurance as respects our coverage to the additional insured, where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured is a Named Insured. 2. The following is added to paragraph 4.b. of the Other Insurance condition: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". All other terms and conditions of this Policy remain unchanged. Signed for STARR INDEMNITY & LIABILITY COMPANY Steve Blakey, President Nehemiah E. Ginsburg, Generat Counsel PC -115 (02/09) Page 1 of 1 Copyright O C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. COMMERCIAL GENERAL LIABILITY SIGL-0139 11 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF LIMITS OF INSURANCE (PER PROJECT, PER LOCATION OR PER PROJECT AND PER LOCATION GENERAL AGGREGATE LIMIT) Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE [ ] Per Project General Aggregate Limit [ ] Per Location General Aggregate Limit [X ] Per Project and Per Location General Aggregate Limit $15,000,000 THIS ENDORSEMENT DOES NOT APPLY AND HAS NO EFFECT IF: NONE OF THE BOXES LISTED ABOVE ARE CHECKED; MORE THAN ONE OF THE BOXES LISTED ABOVE ARE CHECKED; OR ONLY ONE OF THE BOXES LISTED ABOVE IS CHECKED BUT IS UNACCOMPANIED BY AN ASSOCIATED DOLLAR AMOUNT, General Aggregate Limit Each Occurrence Limit Products -Completed Operations Aggregate Limit Personal and Advertising Injury Limit Damage to Premises Rented to You Limit Medical Expense Limit [X] Overall Policy Aggregate Limit [ ] Overall Policy Aggregate Limit $4, 000, 000 $2,000,000 $4,000,000 $2,000,000 $100,000 $15,000 $15,000,000 Not Applicable WITH RESPECT TO THE OVERALL POLICY AGGREGATE LIMIT, THIS ENDORSEMENT DOES NOT APPLY AND HAS NO EFFECT IF-. SIGL-0139 11 22 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NEITHER OF THE BOXES LISTED ABOVE ARE CHECKED; BOTH OF THE BOXES LISTED ABOVE ARE CHECKED; OR THE FIRST BOX ABOVE IS CHECKED BUT IS UNACCOMPANIED BY AN ASSOCIATED DOLLAR AMOUNT. It is hereby agreed as follows: A. The Limits of Insurance shown in the Declarations are deleted in their entirety and replaced by the limits shown in the Schedule of this endorsement. 1. Your policy includes either a Per Project General Aggregate Limit, a Per Location General Aggregate Limit or a Per Project and Per Location General Aggregate Limit. B. SECTION III — LIMITS OF INSURANCE is deleted in its entirety and replaced by the following: 1. The Limits of Insurance and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the products -completed operations hazard;" and c. Damages under Coverage B. 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard." 4. Subject to Paragraph 2 above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Subject to Paragraph 2 or 3 above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence." 6. Subject to Paragraph 5 above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to Paragraph 5 above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 8. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Project General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and c. Medical expenses under Coverage C arising out of the any single Project. SIGL-0139 11 22 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 9. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Location General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and C. Medical expenses under Coverage C arising out of the any single "Location." 10. Subject to Paragraphs 2, 4, 5, 6, and 7 above, the Per Project and Per Location General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Damages under Coverage A; b. Damages under Coverage B; and c. Medical expenses under Coverage C arising out of any single Project or "Location," as applicable. 11. If a dollar value is assigned to the Overall Policy Aggregate Limit above, a. The Overall Policy Aggregate Limit is the most we will pay in any policy period regardless of the number of Projects or "Locations" and b. All other Limits of Insurance apply subject to the Overall Policy Aggregate Limit. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. C. SECTION V — DEFINITIONS is amended to include the following: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway, or right-of-way railroad. All other terms and conditions of this policy remain unchanged. SIGL-0139 11 22 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Policy Number: 1000026086241 Effective Date: 12/05/2024 at 12:01 A.M. Named Insured: CIRCLE H CONTRACTORS, L.P. This policy includes all the forms and endorsements listed in the Schedule below: SCHEDULE OF FORMS AND ENDORSEMENTS Important Notice To Texas Policyholders Claim Reporting Guidelines Notice to Texas Policyholder - Complaint Procedures Notice to Texas Policyholder Asbestos Exclusion Notice to Texas Policyholder - Total Lead Exclusion Notice to Texas Policyholder - Absolute Silica Exclusion Amendment - Notice of Cancellation For Third Parties Texas Commercial General Liability Declarations Signature Page U.S. Treasury Department's Office Of Foreign Assets Control (OFAC) Advisory Notice To Policyholders Schedule of Forms & Endorsements Calculation Of Premium Common Policy Conditions Nuclear Energy Liability Exclusion Endorsement (Broad Form) Texas Changes - Duties Texas Changes - Cancellation And Nonrenewal Provisions For Casualty Lines And Commercial Package Policies Commercial General Liability Coverage Form Employee Benefits Liability Coverage Texas Changes Texas Changes - Employment -Related Practices Exclusion Deductible Liability Insurance PNSI 014 TX (07/16) CLAIMS RPT (00/00) SIPN 018 07 23 SIPN-019 11 21 SIPN-020 11 21 SIPN-021 11 21 SIIL 102 (10/14) GCGL 001 TX D (08/13) SIIL 0000 (12/12) IL P 001 01 04 PC 101 (02/09) IL 00 03 09 08 IL00171198 L 00 21 09 08 IL 01 68 03 12 IL027511 13 CG 00 01 04 13 CG 04 35 12 07 CG 01 03 06 06 CG 26 39 12 07 CG 03 00 01 96 Exclusion - Access or Disclosure of Confidential or Personal CG 21 07 05 14 Information and Data -Related Liability - With Limited Bodily Injury Exception Not Included PC 101 (02/09) Page I of 3 Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. `t Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Exclusion - Unmanned Aircraft CG 21 09 06 15 Exclusion - Designated Work CG 21 34 01 87 Exclusion - Intercompany Products Suits CG 21 41 1219 Exclusion - Designated Operations Covered By A Controlled (Wrap- CG 21 54 12 19 Up) Insurance Program Total Pollution Exclusion With A Building Heating, Cooling And CG 21 651204 Dehumidifying Equipment Exception And A Hostile Fire Exception Exclusion Of Certified Acts Of Terrorism CG 21 7301 15 Exclusion of Certified Acts of Terrorism and Exclusion of Other Acts CG 21 7501 15 of Terrorism Committed Outside the United States Exclusion - Exterior Insulation and Finish Systems CG 21 86 12 04 Exclusion - Inspection Appraisal And Survey Companies CG 22 24 04 13 Exclusion - Contractors - Professional Liability CG 22 79 04 13 Waiver Of Transfer Of Rights Of Recovery Against Others To Us CG 24 04 12 19 (Waiver of Subrogation) Contractual Liability - Railroads CG 24 17 10 01 Composite Rating Plan Premium Endorsement OG 100 (11/09) Notice and Knowledge of an Occurrence Endorsement OG 102 (10/14) Primary and Non -Contributory Condition OG 107 (04/11) MTBE and Other Fuel Oxygenates Exclusion OG 133 (01-19) Amendment of Other Insurance Endorsement SIGL-0104 11 22 Amendment of Limits of Insurance (Per Project, Per Location, or Per SIGL-0139 11 22 Project and Per Location General Aggregate Limit) Absolute Silica Exclusionary Endorsement SIGL-0142 11 21 Total Lead Exclusionary Endorsement SIGL-0143 11 21 Asbestos Exclusionary Endorsement SIGL-0281 11 21 Absolute Cyber Exclusionary Endorsement SIGL-0283 11 21 Radioactive Matter Exclusion Endorsement OG 176 (04/12) Fungus Exclusion OG 191 (04/12) Omnibus Additional insured - Owners, Lessees or Contractors - OG 242 (07-17) Scheduled Person or Organization Endorsement Omnibus Additional Insured - Owners, Lessees or Contractors - OG 243 (07-17) Completed Operations Endorsement PC 101 (02/09) Page 2 of 3 Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. I' J�p Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Chromated Copper Arsenate (CCA) Exclusion Endorsement Cross Suits Exclusion Primary and Non -Contributory Condition Signed for STARR INDEMNITY & LIABILITY COMPANY Steve Slakey 'ant PC 108 (02/09) PC 110 (02/09) PC 115 (02/09) Nehemiah E. Ginsburg, Genera(Counsel PC 101 (02/09) Page 3 of 3 Copyright O C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. COMMERCIAL AUTO SICA-1016 06 21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - AUTOMATIC STATUS AMENDATORY ENDORSEMENT Policy Number: 1000673030241 Effective Date: 12/05/2024 Named Insured: CIRCLE H CONTRACTORS, LP This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM It is hereby agreed that SECTION If — COVERED AUTOS LIABILITY COVERAGE, A. COVERAGE, I. Who Is An Insured of the Business Auto Coverage Form and Motor Carrier Coverage Form, and SECTION I — COVERED AUTOS COVERAGES, D. Covered Autos Liability Coverage, 2. Who Is An Insured of the Auto Dealers Coverage Form are amended to include the following: Any person or organization whom you become obligated to include as an additional insured under this policy, as a result of any written contract or written agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by your use of a covered "auto". However, the insurance afforded only applies to the extent permitted by law, and will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by such written contract or written agreement. All other terms and conditions of this Policy remain unchanged. SICA-1016 06 21 Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: 1000673030241 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Circle H Contractors. LP Endorsement Effective Date: 12/5/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 STARK Starr Indemnity & Liability Company I Dallas, TX INTERLINE INSURANCE COMPANIES SIIL DS 02 06 21 Policy Number: 1000673030231 SCHEDULE OF FORMS AND ENDORSEMENTS Form Number And Edition Date SIPN-000 0621 SIPN-018 0723 SILC IL 0001 0621 SICA DS 01 0621 SIIL DS 02 0621 SIIL DS 05 0621 SICA DS 02 0621 IL N 001 0903 SIPN-002 0621 SIPN-097 0621 SIPN-139 0621 IL 00 03 IL 00 17 IL0021 OG-100 SIIL-102 CA 00 01 CA 0196 CA 02 43 CA0421 CA 04 42 CA 04 44 CA 20 55 CA 2109 CA 22 64 CA 23 84 CA 23 94 CA9916 CA 99 95 SICA-1017 SICA-1025 SICA-1028 0908 1198 0908 1109 1014 1120 1120 1113 1120 1013 1013 1013 1013 1013 1013 1013 1013 1013 0919 0919 0919 Form Title CLAIM REPORTING GUIDELINES NOTICE TO TEXAS POLICYHOLDER COMPLAINT PROCEDURES STARR INDEMNITY & LIABILITY COVER PAGE BUSINESS AUTO DECLARATIONS SCHEDULE OF FORMS AND ENDORSEMENTS SCHEDULE OF TAXES, SURCHARGES OR FEES SCHEDULE OF COVERED AUTOS YOU OWN FRAUD STATEMENT NOTICE TO POLICYHOLDER - U.S. TREASURY DEPARTMENTS OFFICE OF FOREIGN ASSETS CONTROL ("OFAC") NOTICE TO TEXAS POLICYHOLDER - ACCIDENT PREVENTION SERVICES AVAILABLE NOTICE TO TEXAS POLICYHOLDER - MOTOR VEHICLE CRIME PREVENTION AUTHORITY CALCULATION OF PREMIUM COMMON POLICY CONDITIONS NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (BROAD FORM) COMPOSITE RATING PLAN PREMIUM ENDORSEMENT AMENDMENT - NOTICE OF CANCELLATION FOR THIRD PARTIES BUSINESS AUTO COVERAGE FORM TEXAS CHANGES TEXAS CHANGES - CANCELLATION AND NONRENEWAL FULL SAFETY GLASS COVERAGE EXCLUSION OF FEDERAL EMPLOYEES USING AUTOS IN GOVERNMENT BUSINESS WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) FELLOW EMPLOYEE COVERAGE TEXAS UNINSURED/UNDERINSURED MOTORISTS COVERAGE TEXAS PERSONAL INJURY PROTECTION ENDORSEMENT EXCLUSION OF TERRORISM SILICA OR SILICA -RELATED DUST EXCLUSION FOR COVERED AUTOS EXPOSURE HIRED AUTOS SPECIFIED AS COVERED AUTOS YOU OWN TEXAS SUPPLEMENTARY DEATH BENEFIT INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSURED AMENDATORY ENDORSEMENT INSURED'S DUTIES AMENDATORY ENDORSEMENT EARLY NOTICE OF CANCELLATION PROVIDED BY US AMENDATORY ENDORSEMENT SIIL DS 02 06 21 Page 1 of 1 COMMERCIAL_ AUTO SICA-1017 (0919) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS AMENDATORY ENDORSMENT Policy Number: 1000673030241 Effective Date: 12/5/2024 Named Insured: CIRCLE H CONTRACTORS, L.P. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. BUSINESS AUTO COVERAGE FORM SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5.Other Insurance, c., is amended by the addition of the following: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that has issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions of this Policy remain unchanged. SICA-1017 (0919) Copyright © Starr Indemnity & Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. x t. �1 Lt WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC420304B Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 12/5/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0001279712 of Texas Mutual Insurance Company effective on 12/5/24 Issued to: CIRCLE H CONTRACTORS LP This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 Authorized representative 11/13/24 WC 42 03 04 B 006213-1 PERFORMANCE BOND Page I of 2 Bond#GM243691 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, Circle H Contractors L.P., known as "Principal' herein and Great Midwest Insurance Company 9 , 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), 11 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 penal sum of, FIVE MULLION FOUR HUNDRED EIGHTY FOUR 14 THOUSAND SEVEN HUNDRED TWENTY NINE DOLLARS AND SEVENTEEN 15 CENTS $5, 484. 729.1 7 i lawful money of the United States, to be paid in Fort Worth, Tarrant 16 County, Texas for the payment of which sum well and truly to be made jointly unto the 17 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 18 successors and assigns, 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 CFA24-0074; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 23 the 20th day of December , 20 24, 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 Parks of Village Creek 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 and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 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 20th day of 9 December , 20 24 . 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 ATTEST: (Principal) Secretary ncipal ---,- __. W_ Witness as to Surety PRINCIPAL: Circle H Contractors L.P. _ BY• _ Signature President of 2BWO. I.T.0 the GP for Circle It Contractors, LP Name and Title Address: _ P.O. Box 220 Midlothian TX 76065 SURETY: Great I ' est Insurance Com any BY: Signature Sheri R Allen, Attorney -in -Fact Name and Title Address: 800 Gessner Rd, Ste 600 - ouston,-TX _ 77024 — Telephone Number: 800-203-1179 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 PARKS OF VILLAGE CREEK PHI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 006214-1 PAYMENTBOND Pagel of2 Bond#GM243691 1 SECTION 00 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Circle H Contractors L.P. , known as "Principal' herein, and 8 Great Midwest Insurance Company , a corporate surety ( or sureties if more than one), 9 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 10 more), are held and firmly bound unto the Developer, Pulte Homes of Texas L.P., authorized to 11 do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of FIVE MILLION FOUR HUNDRED EIGHTY FOUR 13 THOUSAND SEVEN HUNDRED TWENTY NINE DOLLARS AND SEVENTEEN 14 CENTS f $5.484.729.1 ; i. lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for the payment of which sum well and truly be made jointly unto the Developer 16 and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors 17 and assigns, jointly and severally, firmly by these presents: is WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA24-0074; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the _20th _day of December_ , 20 24 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Parks of Village Creek 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. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 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 Goverment 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 20th day of 6 December 2024 7 8 9 10 11 12 13 14 ATTEST: (Principal) Secretary W s as �Pzincipal ATTEST: (Surety) Secretary (I,,L - Witness as to Surety PRINCIPAL: Circle H Contractors L.P. Im President of 2MV0. LI,C the GP for Circle 11 Contractors, LP Name and Title Address: P.O. Box 220 Midlothian, TX 76065 SURETY: Great Midwest Insurance Company BY: ature Sheri R Allen, Attorney -in -Fact Name and Title Address: 800 Gessner Rd, Ste 600 Houston, TX 77024 Telephone Number: 800-203-1179 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 006219-1 MAINTENANCE BOND Page 1 of 3 Bond#GM243691 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Circle H Contractors L.P, known as "Principal" herein and Great Midwest Insurance Company 9 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), 11 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 FIVE MILLION FOUR HUNDRED EIGHTY FOUR THOUSAND 14 SEVEN HUNDRED TWENTY NINE DOLLARS AND SEVENTEEN CENTS 15 ($5.484.729.17). lawful money of the United States, to be paid in Fort Worth, Tarrant County, 16 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City 17 as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, 18 successors and assigns, jointly and severally, 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 CFA24-0074; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 20th day of December , 20 24 , 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 Parks of Village Creek Phase l; 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 Parks of Village Creek P141 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 006219-2 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 Parks of Village Creek PHI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 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 20th _ day of 3 December 20 24 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: (Principal) Secretary ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL. Circle H Contractors L.P. BY: _ Signature &41r-1 President 2IIontTO. L to the GP for Circllee H Contractors, LP _1K- Name and Title Address: _ P.O. Box 220 Midlothian TX 76065 SURETY: Great Midwest Insurance Company BY: Signature Sheri R Allen, Attorney -in -Fact Name and Title Address: 800 Gessne.r Rd, Ste 600 Heston, TX=4 Telephone Number: 800-203:1179- *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Parks of Village Creek PHI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 PAVING CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI CPN:105369 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BIDPROPOSAL Pagel of2 Bidder's Application Bidder's Proposal IBidlist Item) j Specification l Unit of I Bid I ![ !I Description II [I Il Quantity Unit Price II Bid Value No Section No Measure UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime 3211 29 TON 527 $310.00 $163,370.00 2 3211.0501 6" Lime Treatment 3211 29 SY 31221 $3.50 $109.273.50 3 3211.0502 8" Lime Treatment 3211 29 SY 3253 $3.50 $11.385.50 4 3213.0101 6" Conc Pvmt 32 13 13 SY 28382 $49.50 $1,404,909.00 5 3213.0103 8" Conc Pvmt 32 13 13 SY 3075 $60.00 $184,500.00 6 3213.0302 5" Conc Sidewalk (By Developer) 32 13 20 SF 6493 _ $8.25 $53,567.25 7 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA _ 12 $2,700.00 $32,400.00 8 3213.0506 Barrier Free Ramp, Type P-1 33 13 20 EA 8 $2,300.00 $18,400.00 9 3291.0100 Topsoil 3291 19 CY 885 $110.00 $97,350.00 10 3292.0100 Block Sod Placement 32 92 13 SY T 5311 $8.50 $45,143.50 11 3292.0400 Seeding, Hydromulch (Open Space) 32 92 13 SY 5568 $2.50 $13,920.00 12 3471.0001 Traffic Control 3471 13 MO 1 $5.000.00 ^ $5.000.00 13 - 14 15 16 _ 17 18 19 20 21 22 23 24 26 27 29 _ 30 31 32 33 34 35 36 T 37 38 39 40 _ 41 _ 42 43 44 _ 45 TOTAL UNIT IV: PAVING IMPROVEMENTS $2,139,218.75 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fom Version May 22, 2019 42 43 Bid Proposal_DAPI Paving 00 42 43 DAP - BID PROPOSAL 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) I Specification I Unit of I Bid No. Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT IV: PAVING IMPROVEMENTS I $2,139,218.75i Total Construction Bid $2,139,218.751 This Bid is submitted by the entity named below: BIDDER: RPM S Construction, LI.(' 6500 Nlecer Wa. McKinncr,'I'4 75070 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Joshua R�� r -�--- TITLE: Sei ' it Estimator DATE .,,JI/19/2024 END OF SECTION 55 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 4243_Bid Proposal —DAP I Paving 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxDennit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 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 "Maior Work Tune" box provide the complete maior work tvpe 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 Paving Construction RPM xConstruction, LLC. June 9, 2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name: RPM xConstruction, LLC. Address: 6500 Meyer Way, Suite 100 McKinney, TX 75070 (Signature) TITLE: Vice President DATE: 12/19/2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS PARKS OF VILLAGE CREEK PH1 00 45 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.105369. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: RPM xConstruction, LLC. Company 6500 Mever Way. Suite 100 Address McKinnev, TX 75070 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Peter Dawson (Please Print) ell} `p.�..9�� Signature: c Title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Peter Dawson , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of RPM xConstruction, LLC. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20th day of December 12024 CHASITY LABAI JACKSON U C`-ap a1 `,a� Notary Public, State of Texs� Comm. Expires 04-n 2026 Notary Public in and for the State of Texas Notary 10 13372293< 11 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 PARKS OF VILLAGE CREEK PHI CPN:105369 005243-1 Developer Awarded Project Agreement Page 1 of 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 12/20/2024 is made by and between the Developer, 5 Pulte Homes of Texas L.P.,, authorized to do business in Texas ("Developer") , and RPM 6 xConstruction. LLC., 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 Parks of Villaae Creek Phase 1 17 City Proiect Number: 105369 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 { 55J 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 Dollars ($650) for each day that expires after the time specified in Paragraph 36 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of TWO MILLION ONE HUNDRED THIRTY NINE 40 THOUSAND TWO HUNDRED EIGHTEEN DOLLARS AND SEVENTY-FIVE CENTS 41 ($2,139,218.75). 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 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alle>red or proven that all or some of the damalles being, 83 sowlit were caused, in whole or in part, by anv act, omission or neelisence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is allelred or 94 proven that all or some of the damaues being souEht were caused, in whole or in Dart, 95 by anv act, omission or neelleence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all III remaining provisions shall continue to be valid and binding upon DEVELOPER and I12 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised .Tune 16, 2016 117 118 119 120 121 122 123 124 125 126 127 005243-4 Developer Awarded Project Agreement Page 4 of 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: RPM xConstruction, LLC. By: (Signature) Peter Dawson (Printed Name) Title: Vice President Company Name: RPM xConstruction, LLC. Address: 6500 Meyer Way, Suite 100 City/State/Zip: McKinney, TX 75070 12/20/2024 Date Developer: Pulte Homes of Texas L.P. (Signature) (Printed Name) Title: Vf e4l Ab-WoVDA fW rr- e.**Od Company name: Pulte Homes of Texas L.P. Address: 9111 Cypress Waters Boulevard Suite 100 City/State/Zip: Coppell, TX 75019 12/20/2024 Date CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 SWISS RE CORPORATE SOLUTIONS SWISS RC CORPORATE' SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC) SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPOR•TINSURANCECORPORATION ("WIC') GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, TIIAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: JOHN R, WARD, THOMAS DOUGLAS MOORIi, EMiLY ALLISON MIKI;SKA, ALLYSON W. DEAN, MONICA RUBY VI:AZEY, JOHN WILLIAM NLWBY, 'TROY RUSSELL KEY, DEBRA LEE MOON, ANDREA ROSE CRA WFORD, SANDRA LEE RONLY, FAITH ANN I III;I-Y, ANDRE W GARIiI'll ADDISON, PATRICK THOMAS COYLIi, MICIIAEL DONALD ❑ENDRICKSON. 13RYAN KELLY MOORE, L'LIZABETII OWFIZ, ANA OWENS, BETTY J REI?11, AND ANDREW PA7RICK CLARK JOINTLY OR SEVERALLY Its true and lawful Attorney (s)- in-F act, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO IIUNDRED MILLION (S200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the I8th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is I�URTI-IER RESOLVED, that the signature of'such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." ,•`J1�O,LSAAt'Rfp''... ,.oJ SONS PR- "�c"'" •.•dO�;.��POR,� •..�tis" •:`•�O':•' 4GORq'..%, �C [G"t� By ' ri • E A •' ^ - — S E A Erik Janssens, Senior Vice President of SRCSAIC & Senior Vice President ' •; ' ' n " p O • j m of SRCSPIC & Senior Vice President of WIC qp•' a.q tSoo :�D `' air t ,, ,{. -`"sj'•!!Ssou� :,, �s �'lSsou� :' a° ,ov, SR3 ya By Gerald Jagrowski, Vice President of SRCSAIC & Vice President ofSRCSPIC & Vice President of W IC IN W ffNESS W IIEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this IIth day of January 20 24 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ss Westport Insurance Corporation On this 11th day of January , 20 24 , before me, a Notary Public personally appeared Lrik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of'SRCSAIC and Vice President of SPCSPiC and Vice President of WIC, personally known to tire, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed oftheir respective companies. OFFIciAL SEAL. CHRISTINA MANISCO wyARY Puail le, stATE of i1mm " IC, C, 1, Jeffrev Goldberg,, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy ofa Power ofAttomey given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHE'REOF, I have set my ]land and affixed the seals ofthe Companies this day of 20 Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC In order to obtain information or make a complaint: You may contact the Surety Claims Department at 1-816-235-3702 You may call Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation for information or to make a complaint at: 1-816-235-3702 You may also write to Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation at the following address: 1200 Main Street, Suite 800 Kansas City, MO 64105 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:/ NvNy y.tdi.state.tx.us E-mail:Cons umer rotectionntdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Swiss Re Corporate Solutions America Insurance Corporation or Swiss Re Corporate Solutions Premier Insurance Corporation. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o para someter un queja: Puede comunicarse con Surety Claims Department al 1-816-235-3702. Usted puede llamar Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation para informacion o para someter una queja al: 1-816-235-3702 Usted tambien puede escribir a Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation al: 1200 Main Street, Suite 800 Kansas City, MO 64105 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httn://wNvw.t ►.state.tx u E-mail: tnerProtectionntdi.state.tx,us DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Swiss Re Corporate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. Policy Number TB2-691-471544-034 Issued by LM INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Blanket Additional Insured Where Required By Written Agreement Lessors of Leased Equipment Managers or Lessors of Premises Mortgagees, Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Item 2. Blanket Additional Insured — Grantor Of Permits Item 3. Other Insurance Amendment Item 1. Blanket Additional Insured Where Required By Written Agreement Paragraph 2. of Section 11 — Who Is An Insured is amended to add the following: Additional Insured By Written Agreement The following are insureds under the Policy when you have agreed in a written agreement to provide them coverage as additional insureds under your policy: 1. Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). This insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 2. Managers or Lessors of Premises: Any manager(s) or lessor(s) of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. The coverage afforded to the additional insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent act(s) or omission(s) of you, your "employees", your agents or your subcontractors. There is no coverage for the additional insured forliability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out of the additional insured's sole negligence. LC 20 58 11 18 © 2018 Liberty Mutual Insurance Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises or to lease that land; b. Structural alterations, new construction or demolition operations performed by or on behalf of that manager or lessor; or c. Any premises for which coverage is excluded by endorsement. 3. Mortgagees, Assignees or Receivers: Any person(s) or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of your ownership, maintenance or use of the premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or on behalf of such person(s) or organization(s). 4. Owners, Lessees or Contractors: Any person(s) or organization(s) to whom you are obligated to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" included in the "products -completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by the written agreement and only for liability caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured forliability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, orfailing to prepare orapprove, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services. 5. Architects, Engineers or Surveyors: Any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In connection with your premises; or b. In the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services by or for you, including: LC 20 58 11 18 © 2018 Liberty Mutual Insurance Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by orfor you. 6. Any Person or Organization Other Than a Joint Venture: Any person(s) or organizations) (other than ajoint venture of which you are a member) for whom you are obligated to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In the performance of your ongoing operations; or b. In connection with premises owned by or rented to you. This insurance does not apply to: a. Any person(s) or organization(s) more specifically covered in Paragraphs 1. through 5. above; b. Any construction, renovation, demolition or installation operations performed by oron behalf of you, or those operating on your behalf; or c. Any person(s) or organization(s) whose profession, business oroccupation is that of an architect, surveyor or engineer with respect to liability arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving orfailing to prepare or approve, maps, drawings, opinions, reports, surveys, field orders, change orders, designs and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by or on behalf of you, or those operating on your behalf. The insurance afforded to any person(s) or organization(s) as an insured under this Item 1.: 1. Applies to the extent permitted by law; 2. Applies only to the scope of coverage and the minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this Policy; 3. Does not apply to any person(s) or organization(s) for any "bodily injury", "property damage" or "personal and advertising injury" if any other additional insured endorsement attached to this Policy applies to such person(s) or organization(s) with regard to the "bodily injury", "property damage" or "personal and advertising injury"; 4. Applies only if the "bodily injury" or "property damage" occurs, or the offense giving rise to the "personal and advertising injury" is committed, subsequent to the execution of the written agreement; and 5. Applies only if the written agreement is in effect at the time the "bodily injury" or "property damage" occurs, or at the time the offense giving rise to the "personal and advertising injury" is committed. LC 20 58 11 18 © 2018 Liberty Mutual Insurance Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Item 2. Blanket Additional Insured — Grantor Of Permits Paragraph 2. of Section II — Who Is An Insured is amended to add the following Any state, municipality or political subdivision that has issued you a permit in connection with any operations performed by you or on your behalf, or in connection with premises you own, rent or control, and to which this insurance applies, but only to the extent that you are required to provide additional insured status to the state, municipality or political subdivision as a condition of receiving and maintaining the permit. Such state, municipality or political subdivision that has issued you a permit is an insured onlywith respect to their liability as grantorof such permit to you. However, with respect to the state, municipality or political subdivision: 1. Coverage will be no broader than required; and 2. Limits of insurance will not exceed the minimum limits of insurance required as a condition for receiving or maintaining the permit; but neither the scope of coverage nor the limits of insurance will exceed those provided by this Policy. This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state, municipality or political subdivision; 2. Any "bodily injury" or "property damage" included within the "products -completed operations hazard", except when required by written agreement initiated prior to loss; or 3. "Bodily injury", "property damage" or "personal and advertising injury", unless negligently caused, in whole or in part, by you or those acting on your behalf. Item 3. Other Insurance Amendment If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, orany other basis for any person(s) or organization(s) that qualifies as an additional insured on this Policy, this Policy will apply solely on the basis required by such written agreement and Paragraph 4, Other Insurance of Section IV — Commercial General Liability Conditions will not apply. Wherethe applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4, Other Insurance of Section IV — Commercial General Liability Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured for the same 'occurrence", claim or "suit". LC 20 58 11 18 © 2018 Liberty Mutual Insurance Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2-691-471544-014 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds III. Lessor - Additional Insured and Loss Payee IV. Supplementary Payments - Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto Vill. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible - Single Deductible XI. Physical Damage Deductible - Glass XI 1. Physical Damage Deductible - Vehicle Tracking System XIII. Duties in Event of Accident, Claim, Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV. Worldwide Liability Coverage - Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII. Auto Medical Payments Coverage Increased Limits XVII I. Drive Other Car Coverage - Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII. Limited Mexico Coverage XXII I. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you" and "your" also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 1 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SECTION II - COVERED AUTOS LIABILITY COVERAGE is amended to add the following: Your "employee" is an "insured" while using with your permission a covered "auto" you do not oven, hire or borrow in your business or your personal affairs. III. LESSOR -ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any "leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the "leased auto" whichever occurs first. B. For any "leased auto" that is a covered "auto" under SECTION II - COVERED AUTOS LIABILITY COVERAGE, Paragraph A.1. Who is An Insured provision is changed to include as an "insured" the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your "employees" or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the "leased auto" for "loss" to the covered "leased auto". 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a "leased auto", we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you leasefor a period of six months or longerfor use in your business, including any "temporary substitute" of such "leased auto". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss" or destruction. AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 2 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. IV. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - COVERED AUTOS LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.5. of SECTION II - COVERED AUTOS LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B.5. of SECTION IV - BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II - COVERED AUTOS LIABILITY COVERAGE for a covered "auto" is amended to add the following: This exclusion does not apply to "property damage" or "covered pollution cost or expense" involving "personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5, 000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held forthe production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph A.4.a. of SECTION III -PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $50 per day and to a maximum limit of $1,000. B. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VIII. AIRBAG COVERAGE Exclusion B.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 3 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Are your property or that of a family member; and (2) Are in a covered "auto" at the time of "loss". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE -SINGLE DEDUCTIBLE Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss" for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE —GLASS Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: No deductible applies to "loss" to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE -VEHICLE TRACKING SYSTEM Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a. and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident", claim, "suit" or "loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident", claim, "suit' or "loss". Such notice must include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the "accident", claim, "suit" or "loss" from your agent, servant or "employee". b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 4 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XV. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If claim is made or"suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or "suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suit" and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 5 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered "auto" at the time of the "loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay forthe amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be $250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION III -PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay under this coverage is $30 per day, subject to a maximum of $900. XVII. AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, orvehicles involved in the "accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Carsection of the Schedule to this endorsement. B. SECTION II -COVERED AUTOS LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 6 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a Any "auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.I. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" orwhile a pedestrian when struck by any "auto" you don't own except: Any "auto" owned by that individual or by any "family member". D. SECTION III - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any "auto" owned by that individual or by any member of his or her household; or 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V - DEFINITIONS is amended to add the following: "Family member' means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of $900 in anyone period. AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 7 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. This coverage does not apply: 1. While there are spare or reserve "autos" available to you for your operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VI of this endorsement. XX. NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non -renew this policy by mailing written notice of cancellation or non -renewal to the Named Insured, and to any name(s) and address(es) shown in the Cancellation and Non -renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: (1) 60 days; (2) The number of days shown in the Cancellation and Non -renewal Schedule; or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non -renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limits Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto' of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 8 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of $1,500 fore ach covered "auto". XXII. LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY - NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENTA CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. A. Coverage 1. Paragraph B.7. of SECTION IV - BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The "accidents" or "loss" occurs within 25 miles of the United States border, and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph 6.5. Other Insurance in SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a "loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such "loss" at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any "insured" who is not a resident of the United States. XXIII. WAIVER OF SUBROGATION Paragraph A.5. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 9 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Schedule Premium Liability Physical Damage Total Premium XX. Notice of Cancellation or Nonrenewal Name and Address Per schedule on file Days 30 Number of AC 84 07 11 17 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10of10 Policy Number: AS2-691-471544-014 Issued by: Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverageform. Schedule Name of Person(s) or Organizations(s): As required by written contract Regarding Designated Contract or Project: As required by written contract Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 © 2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy NumberAS2-691-471544-014 issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS UABI LITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY— UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per schedule on file with Per schedule on file with company 30 company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number TB2-691-471544-034 issued by LM INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS UABI LITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY— UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per schedule on file with Per schedule on file with company 30 company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number TB2-691-471544-034 Issued by LM INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Reasonable Force Item 2. Non -Owned Watercraft Extension Item 3. Damage To Premises Rented To You — Expanded Coverage Item 4. Bodily Injury To Co -Employees Item 5. Health Care Professionals As Insureds Item 6. Knowledge Of Occurrence Or Offense Item 7. Notice Of Occurrence Or Offense Item 8. Unintentional Failure To Disclose Item 9. Bodily Injury Redefined Item 10. Supplementary Payments — Increased Limits Item 11. Property In Your Care, Custody Or Control Item 12. Mobile Equipment Redefined Item 13. Newly Formed Or Acquired Entities Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement Item 1. Reasonable Force Exclusion a. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non -Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You — Expanded Coverage A. The final paragraph of 2 Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: LC 32 199 11 18 ©2018 Liberty Mutual Insurance Page 1 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Exclusions c. through n. do not apply to damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III — Limits Of Insurance. B. Paragraph 6. of Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a. of the definition of "insured contract" in Section V — Definitions is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; D. The paragraph immediately following Paragraph (6) of Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits of Insurance. Item 4. Bodily Injury To Co -Employees A. Paragraph 2. of Section II —Who Is An Insured is amended to include: Each of the following is also an insured Your "employees" (other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company)) or "volunteer workers" are insureds while in the course of their employment or while performing duties related to the conduct of your business with respect to "bodily injury": (1) To you; (2) To your partners or members (if you are a partnership or joint venture); (3) To your members (if you are a limited liability company); or (4) To a co -"employee" or "volunteer worker" while that co -"employee" or 'volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in any recreational activities sponsored by you). Paragraph 2.a.(1)(a) of Section II — Who Is An Insured does not apply to "bodily injury" for which insurance is provided by this paragraph. LC 32 199 11 18 ©2018 Liberty Mutual Insurance Page 2 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. B. The insurance provided by this Item 4. for "bodily injury" to a co -"employee" or "volunteer worker" will not apply if the injured co -"employee's" or "volunteer worker's" sole remedy for such injury is provided under a workers' compensation law or any similar law. C. Other Insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 5. Health Care Professionals As Insureds A. Paragraph 2.a.(1)(d) of Section II — Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failure to provide professional health care services. However, any "employee" or "volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a public or medical emergency or who is a "designated health care provider" is an insured with respect to "bodily injury" and "personal and advertising injury" that: (i) Arises out of the providing of orfailure to provide professional health care services; and (i i) Occurs in the course of and within the scope of such "employee's" or "volunteer worker's" employment by the Named Insured. B. With respect to "employees" and "volunteer workers" providing professional health care services, the following exclusions are added to Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability and Paragraph 2. Exclusions of Section I — Coverage B — Personal And Advertising Injury Liability: This insurance does not apply to: (1) Liability assumed under an "insured contract" or any other contract or agreement; (2) Liability arising out of the providing of professional health care services in violation of law; (3) Liability arising out of the providing of any professional health care services while in any degree under the influence of intoxicants or narcotics; (4) Liability arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or failure to act; or (5) Punitive or exemplary damages, fines or penalties. C. The following definition is added to Section V — Definitions: "Designated health care provider" means any "employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medical technicians or designated first aid personnel. D. Other Insurance The insurance provided by this Item 5. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Of Occurrence Or Offense Knowledge of an "occurrence" or offense by your agent, servant or"employee" will not in itself constitute knowledge by you unless your "executive officer" or "employee" designated by you to notify us of an "occurrence" or offense has knowledge of the "occurrence" or offense. LC 32 199 11 18 ©2018 Liberty Mutual Insurance Page 3 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Item 7. Notice Of Occurrence Or Offense For purposes of Paragraph 2.a. of Section IV — Commercial General Liability Conditions, you refers to your "executive officer" or "employee" that you have designated to give us notice. Item 8. Unintentional Failure To Disclose Unintentional failure of the Named Insured to discloseall hazards existing at the inception of this Policy shall not be a basis for denial of any coverage afforded by this Policy. However, you must report such an error or omission to us as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. Item 9. Bodily Injury Redefined The definition of "bodily injury" in Section V — Definitions is replaced bythe following: "Bodily injury" means: a. Bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time; and b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type of mental or emotional illness or distress. Item 10. Supplementary Payments — Increased Limits Paragraphs 1.b. and 1.d. of Section I — Supplementary Payments — Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. Item 11. Property In Your Care, Custody Or Control A. Paragraphs (3) and (4) of Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability are deleted. B. Additional Exclusion Coverage provided by this endorsement does not apply to "property damage" to property while in transit. C. Limits of Insurance Subject to Paragraphs 2., 3., and 5. of Section III — Limits Of Insurance, the most we will pay for insurance provided by Paragraph A. above is: $10,000 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limit for this coverage applies to all damages as a result of any one 'occurrence" regardless of the number of persons or organizations who sustain damage because of that "occurrence". The Aggregate Limit is the most we will pay for the sum of all damages under this Item 11. LC 32 199 11 18 © 2018 Liberty Mutual Insurance Page 4 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. Other Insurance This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this Policy. Item 12. Mobile Equipment Redefined The definition of "mobile equipment" in Section V— Definitions is amended to include self-propelled vehicleswith permanently attached equipment less than 1000 pounds gross vehicle weight that are primarily designed for: (1) Snow removal; (2) Road maintenance, but not construction or resurfacing; or (3) Street cleaning. However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law where such vehicles are licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". Item 13. Newly Formed Or Acquired Entities A. Paragraph 3. of Section II —Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain majority ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until: (1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the policy period whichever is earlier; b. Section I — Coverage A — Bodily Injury And Property Damage Liability does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Section I — Coverage B — Personal And Advertising Injury Liability does notapply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insured endorsement attached to this Policy applies to that organization. Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions: We waive any right of recovery because of payments we make under this Policy for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. LC 32 199 11 18 ©2018 Liberty Mutual Insurance Page 5 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations descri bed in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( )Specific Waiver Name of person or organization ( Blanket Waiver X Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Issued by Liberty Mutual Fire Insurance Company For attachmentto Policy NoWC2-691-471544-024 Effective Date 4/1/2024 Premium $ Issued to RPM xConstruction, LLC WC 42 03 04 B © Copyright 2014 National Council on Compensation Insurance, Inc. Page 1 of 2 Al Rights Reserved. POLICY NUMBER: TB2-691-471544-034 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations All persons or organizations with whom you have All locations or projects as required by a entered into written contract or agreement, prior to written contract or agreement entered into an "occurrence" or offense, to provide additional prior to an 'occurrence" or offense. insured status and any other Person or Organization you are required to add as an additional insured under the written contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization oth- er than another contractor or subcontractor engaged in performing operations for a princi- pal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 POLICY NUMBER: TB2-691-471544-034 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera - Or Organization(s): lions All persons or organizations with whom you have entered into a written contract or agreement, prior to an 'occurrence" or offense, to provide additional insured status and any other Person or Organization you are required to add as an additional insured under the written contractor agreement. All locations or projects as required by a written contract or agreement entered into prior to an ..occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- oompleted operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below. We will send notice to the email or mailing address listed below at least 10 days, or the number of days listed below, if any, before cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. Name of Other Person(s) / Organ ization(s): Per schedule on file with compnay SCHEDULE Email Address or mailing address: Per schedule on file with company All other terms and conditions of this policy remain unchanged. Issued by Liberty Mutual Fire Insurance Company For attachmentto Policy No. WC2-691-471544-024 Effective Date 4/1/2024 Issued to WM 90 18 06 11 © 2011 Liberty Mutual Group of Companies Ed. 06/01/2011 All Rights Reserved Number Days Notice: Premium $ Page 1of1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organizations with whom you have entered into a written contract or agreement, prior to an 'occurrence" or offense, to provide additional insured status and any other Person or Organization you are required to add as an additional insured under thewritten contractor agreement. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for that insured. performed by or on behalf of the addi- B. With respect to the insurance afforded to these tional insured(s) at the site of the cov- additional insureds, the following exclusion is ered operations has been completed; added: or 2. Exclusions This insurance does not apply to "bodily inju- ry" or "property damage" occurring after: CG 20 10 10 01 ©ISO Properties, Inc., 2000 Page 1 of 2 (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than an- other contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. This endorsement is executed by the LM INSURANCE CORPORATION Premium $ Effective Date 4/1/2024 For attachment to Policy No. Audit Basis Issued To Issued Expiration Date 4/1/2025 TB2-691-471544-034 Countersigned by Sales Office and No. Authorized Representative End. Serial No. Page 2 of 2 © ISO Properties, Inc., 2000 CG 20 1010 01 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organizations with whom you have entered into a written contractor agreement, prior to an "occurrence" or offense, to provide additional insured status and any other Person or Organization you are required to add as an additional insured under the written contract or agreement. Location And Description of Completed Operations Additional Premium: All locations or projects as required by a written contract or agreement entered into prior to an "occurrence" or offense. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations hazard". This endorsement is executed by the LM INSURANCE CORPORATION Premium $ Effective Date 4/1/2024 For attachment to Policy No. Audit Basis Issued To Issued Expiration Date 4/1/2025 TB2-691-471544-034 Countersigned by Sales Office and No. Authorized Representative End. Serial No. CG 20 37 10 01 ©ISO Properties, Inc., 2000 Page 1 of 1 ALTERNATE EMPLOYER ENDORSEMENT This endorsement applies only with respect to bodily injury to your employees while in the course of special or temporary employment by the alternate employer in the state named in the Schedule. Part One (Workers Compensation Insurance) and Part Two (Employers Liability Insurance) will apply as though the alternate employer is insured. Under Part One (Workers Compensation Insurance) we will reimburse the alternate employer for the benefits required by the workers compensation law if we are not permitted to pay the benefits directly to the persons entitled to them. The insurance afforded by this endorsement is not intended to satisfy the alternate employer's duty to secure its obligations under the workers compensation law. We will not file evidence of this insurance on behalf of the altem ate employer with any government agency. VVe will not ask any other insurer of the alternate employer to share with us a loss covered by this endorsement. Premium will be charged for your employees while in the course of special or temporary employment by the alternate employer. The policy may be canceled according to its termswithout sending notice to the alternate employer. Part Four (Your Duties If Injury Occurs) applies to you and the alternate employer. The alternate employer will recognize our right to defend under Parts One and Two and our right to inspect under Part Six. See Attached Schedule WC 0003 01 Page 1 of 2 Ed. 04/01/1984 Schedule State of Special or Alternate Emplover Address Temporary Emplovment Any Applicable in OK and TX. Issued by Liberty Mutual Fire Insuranoe Company 16586 For attachment to Policy No. Wc2-691-471544-024 Effective Date 4/1/2024 Premium $ Issued to RPM xConstruction LLC WC 0003 01 Page 2 of 2 Ed. 04/01/1984 POLICY NUMBER: TB2-691-471544-034 COMMERCIAL GENERAL LIABILITY CG 20 32 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - ENGINEERS, ARCHITECTS OR SURVEYORS NOT ENGAGED BYTHE NAMED INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Engineers, Architects Or Surveyors Not Engaged By The Named Insured: As required by written contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the architects, engineers or surveyors shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. Such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2. Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. CG 20 32 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement applicable Limits of Declarations. shall not increase the Insurance shown in the Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 32 0413 Rpm XConstruction , LLC Policy Number TB2-691-471544-034 Effective 41112024-41112025 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 *Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Earlier Notice of Cancellation Provided by US Policy Number: 1000585691241 Effective Date: April 1, 2024 at 12:01 A.M. Named Insured: RPM xConstruction, LLC SCHEDULE Number Of Days' Notice 30 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in Paragraph 2. of either the Cancellation Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. All other terms and conditions of this Policy remain unchanged. Signed for the company as of the Effective Date above: Steve Blakey, President Nehemiah E. Ginsburg, GeneraljCounsel XS 147 (10/08) Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Pagel of 1 K Authorize us to obtain records and other information; c. Cooperate with us in the investigation, settlement or defense of the claim or suit; and d. Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the Insured because of loss or damage to which this insurance may also apply. 4. No Insured will, except at their own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. I. Other Insurance If other insurance applies to "Ultimate Net Loss" that is also covered by this Policy, this Policy will apply excess of, and will not contribute to, the other insurance. Nothing herein will be construed to make this Policy subject to the terms, conditions and limitations of such other insurance. However, other insurance does not include: 1. "Underlying Insurance"; 2. Insurance that is specifically written as excess over this Policy; or 3. Insurance held by a person(s) or organization(s) qualifying as an additional insured in "Underlying Insurance", but only when the written contract or agreement between you and the additional insured requires a specific limit of insurance that is in excess of the Underlying Limits of Insurance. However, the Limits of Insurance afforded the additional insured in this paragraph shall be the lesser of the following: a. The minimum limits of insurance required in the contract or agreement between you and the additional insured; or K The Limits of Insurance shown in the Declarations of this Policy. Cther insurance includes any type of sel€insurance or other mechanism by which an Insured arranges for the funding of legal liabilities. J. Premium The first Named Insured shown in ITEM 1. of the Declarations shall be responsible for payment of all premiums when due. The Advanced Premium shown in ITEM 6. of the Declarations is a flat premium for this Policy Period, unless Estimated Exposure, Rate Per and Audit Period are completed on the Declarations. In that case a Premium Audit Endorsementwill be attached tothe Policy. Earned Premium in a Policy Period shall be subject to the Minimum Premium and the Minimum Earned Premium as stated in the Declarations, if applicable. K Transfer of Rights of Recovery Against Others to Us If the Insured has rights to recover all or part of any payment we have made under this Policy, those rights are transferred to us. The Insured must do nothing after loss to impair them. At our request, the Insured will bring suit or transfer those rights to us and help us enforce them. Reimbursement of recovery(ies), minus expenses incurred by us in the process of recovery, will be first made to any interest (including the Insured) who has paid any amounts in excess of the limits of this Policy; then next to us; and then finally to all other interests (including the Insured and the underlying insurer) with respect to the remaining amounts, if any. xs 100 (10/08) Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Page 7 of 10 *Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Other Insurance — P rimary and Noncontributory for Additional Insured Policy Number: 1000585691241 Effective Date: April 1, 2024 at 12:01 A.M. Named Insured: RPM xConstruction, LLC This endorsement modifies insurance provided under the following: EXCESS LIABILITY POLICY FORM A. Sub -paragraph 3. of item I. Other Insurance under SECTION IV. CONDITIONS is replaced with the following: 3. Insurance held by a person(s) or organizations(s) qualifying as an additional insured in "Underlying Insurance", but only when the written contract or agreement between you and the additional insured: a. Requires a specific limit of insurance than is in excess of the Underlying Limits of Insurance; b. Requiresthat your insurance be primary and not contribute with that of the additional insured; and c. Executed prior to the loss. In such case as described in sub -paragraph 3. above, we shall not seek contribution from the additional insured's primary or excess insurance for which they are a named insured for amounts payable under this insurance. All other terms and conditions of this Policy remain unchanged. Signed for the Company as of the Effect ive Date above: USA--) Steve Blakey, President Nehemiah E. Ginsburg, Genera(icounsel XS 373 (04/11) Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Pagel of 1 *Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Earlier Notice of Cancellation Provided by US Policy Number: 1000585691241 Effective Date: April 1, 2024 at 12.01 A.M. Named Insured: RPM xConstruction, LLC SCHEDULE Number Of Days' Notice 60 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in Paragraph 2. of either the Cancellation Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. All other terms and conditions of this Policy remain unchanged. Signed forthe company as of the Effective Date above: Steve Blakey, Preside Nehemiah E. Ginsburg, GeneraCounsel XS 147 (10/08) Page 1 of 1 Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. b. Authorize us to obtain records and other information; c. Cooperate with us in the investigation, settlement or defense of the claim or suit; and d. Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the Insured because of loss or damage to which this insurance may also apply. 4. No Insured will, except at their own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. Other Insurance If other insurance applies to "Ultimate Net Loss" that is also covered by this Policy, this Policy will apply excess of, and will not contribute to, the other insurance. Nothing herein will be construed to make this Policy subject to the terms, conditions and limitations of such other insurance. However, other insurance does not include: 1. "Underlying Insurance"; 2. Insurance that is specifically written as excess over this Policy; or 3. Insurance held by a person(s) or organization(s) qualifying as an additional insured in "Underlying Insurance", but only when the written contract or agreement between you and the additional insured requires a specific limit of insurance that is in excess of the Underlying Limits of Insurance. However, the Limits of Insurance afforded the additional insured in this paragraph shall be the lesser of the following: a. The minimum limits of insurance required in the contract or agreement between you and the additional insured; or b. The Limits of Insurance shown in the Declarations of this Policy. Other insurance includes any type of self-insurance or other mechanism by which an Insured arranges for the funding of legal liabilities. Premium The first Named Insured shown in ITEM 1. of the Declarations shall be responsible for payment of all premiums when due. The Advanced Premium shown in ITEM 6. of the Declarations is a flat premium for this Policy Period, unless Estimated Exposure, Rate Per and Audit Period are completed on the Declarations. In that case a Premium Audit Endorsement will be attached to the Policy. Earned Premium in a Policy Period shall be subject to the Minimum Premium and the Minimum Earned Premium as stated in the Declarations, if applicable. K. Transfer of Rights of Recovery Against Others to Us If the Insured has rights to recover all or part of any payment we have made under this Policy, those rights are transferred to us. The Insured must do nothing after loss to impair them. At our request, the Insured will bring suit or transfer those rights to us and help us enforce them. Reimbursement of recovery(ies), minus expenses incurred by us in the process of recovery, will be first made to any interest (including the Insured) who has paid any amounts in excess of the limits of this Policy; then next to us; and then finally to all other interests (including the Insured and the underlying insurer) with respect to the remaining amounts, if any. XS 100 (10/08) Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. Page 7 of 10 *Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Texas Waiver of Transfer of Rights of Recovery Against Other to Us Policy Number: 1000585691241 Effective Date: April 1, 2024 at 12:01 A.M. Named Insured: RPM xConstruction, LLC SCHEDULE Name Of Person Or Organization: All as required by written contract executed prior to loss. SECTION IV. CONDITIONS, condition K. Transfer of Rights of Recovery Against Others to Us is amended to include the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. This waiverapplies only to the person or organization shown in the Schedule above. All other terms and conditions of this Policy remain unchanged. Signed for the Company as of the Effective Date above: Steve Blakey, President -)Nehemiah E. Ginsburg, Genera 'Counsel XS 233 TX (10/08) Page 1 of 1 Copyright © C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. afforded coverage to an INSURED under Coverage A.2., that the INSURED fully implement the written plan for correcting the purported act, error or omission as approved by the Company. N. OTHER INSURANCE - Subject to Section VI. Limit of Liability and Self -Insured Retention, this insurance shall apply only in excess of the sum of the Self -Insured Retention amount stated in the Declarations and the applicable limits of any other valid and collectible insurance available to the INSURED, whether such other insurance is stated to be primary, pro rata, contributory, excess, contingent or otherwise, unless such other insurance is written only as specific excess insurance over the applicable Limits of Liability of this Policy. O. SEVERABILITY - Except with respect to the Limits of Liability, Self -Insured Retention, Exclusion 10. ("Insured vs. Insured") and any rights and duties assigned in this Policy to the FIRST NAMED INSURED, this insurance applies as if each INSURED were the only INSURED and separately to each INSURED against whom a CLAIM is made. Any misrepresentation, act or omission that is in violation of a term, duty or condition under this Policy by one INSURED shall not by itself affect coverage for another INSURED under this Policy. This Condition O. shall not apply to an INSURED who is a parent, subsidiary or affiliate of the INSURED which committed the misrepresentation, act or omission referenced above. P. SOLE AGENT - The FIRST NAMED INSURED stated in the Declarations shall act on behalf of all INSUREDs for the payment or return of premium, receipt and acceptance of any endorsement issued to form a part of this Policy, giving and receiving notice of cancellation or non -renewal, and the exercise of the rights provided under Section V., EXTENDED REPORTING PERIOD. Q. SUBROGATION - If the INSURED has rights to recover, from another person or organization, all or any part of a payment the Company makes under this Policy, those rights are transferred to the Company. The INSURED shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The INSURED shall do nothing to prejudice such rights. Any monies recovered as a result of subrogation proceedings shall accrue first to the INSURED to the extent of any payments it made in excess of the limits of liability, then to the Company to the extent of its payment under the Policy, and then to the INSURED to the extent of its payment of the self -insured retention. Expenses incurred in such subrogation proceedings shall be apportioned amongst the INSURED and Company in the proportion that each interested party's share in the recovery bears to the total recovery. However, the Company specifically waives any rights of recovery against any person or organization as required in a written contract that was fully executed prior to the commencement of the applicable CONTRACTING SERVICES or PROFESSIONAL SERVICES. (Page 23 of 23) P. GREEN BUILDING MATERIALS mean any building products or construction materials that are recognized by The Leadership in Energy and Environmental Design (LEEDO) or Energy Star as: (i) being environmentally preferable or sustainable; or (ii) providing enhanced energy efficiency. Q. INSURED means: 1. the FIRST NAMED INSURED; 2 any ADDITIONAL NAMED INSURED; and 3. any present or former director, officer, partner, member, employee, leased or temporary worker of the FIRST NAMED INSURED or any ADDITIONAL NAMED INSURED, while acting within the scope of his/her duties as such; and 4. any organization or entity, in existence at any time prior to the POLICY PERIOD, in which the FIRST NAMED INSURED has: (i) an ownership interest of fifty percent (50%) or more; or (ii) control over the management thereof; and 5. any joint venture in which the FIRST NAMED INSURED or any ADDITIONAL NAMED INSURED is named as a co - venturer, but solely to the extent such FIRST NAMED INSURED or ADDITIONAL NAMED INSURED is liable because of its performance CONTRACTING SERVICES provided under such joint venture; and 6. solely with regard to Coverage B under this Policy and only when required by written contract, INSURED also includes: (a) the client for whom the INSURED performs CONTRACTING SERVICES provided that such contract was signed by the INSURED and such client prior to the date the POLLUTION CONDITION first commenced. However, the client is included as an INSURED under this Policy solely to the extent that the client is found liable based upon CONTRACTING SERVICES negligently performed by an INSURED other than the client. No coverage will be provided for such entity's own negligence or strict liability; and (b) any entity unrelated to the FIRST NAMED INSURED or any ADDITIONAL NAMED INSURED, provided that such contract was signed by the INSURED and the client for whom the INSURED performs CONTRACTING SERVICES prior to the date the POLLUTION CONDITION first commenced. However, such entity is included as an INSURED under this Policy solely to the extent that it is found liable based upon CONTRACTING SERVICES negligently performed by an INSURED other than such entity. No coverage will be provided for such entity's own negligence or strict liability. Coverage for such client or entity under this Policy shall not exceed the lesser of the following amounts: (i) the Limit of Liability required under such written contract; or (ii) the applicable Coverage B Limit of Liability of this Policy. However, INSURED does not include and DESIGN PROFESSIONAL Notwithstanding Section IX. CONDITIONS, Item N. OTHER INSURANCE, and only when required by such written contract, the coverage afforded under this Policy for any person or entity who is an INSURED solely by reason of subparagraph 6. of the Definition of INSURED will apply as primary as to any other valid and collectible insurance available to such INSURED. R. JOB SITE means a location at which CONTRACTING SERVICES are performed. JOB SITE also includes real property rented or leased by the INSURED during the course of performing CONTRACTING SERVICES, but only if such real property is utilized in direct support of such CONTRACTING SERVICES. However, JOB SITE does not include any: 1. COVERED LOCATION; or (Page 5 of 23) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 006213.1 PERFORMANCE BOND Pago 1 of 2 Bond No, 2362079 SECTION 00 6213 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, RPM xConstruction, LLC., known as "Principal" herein and Swiss Re Corporate Solutions America Insurance Corporation , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Pulte Homes of Texas L-P., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, TWO MILLION ONE HUNDRED THIRTY NINE, THOUSAND TWO HUNDRED EIGHTEEN DOLLARS AND SEVENTY-FIVE CENTS, ($2,139.218.75).1awful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA24-0074; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 20th day of December , 20 24, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Parks cf'Village Creek Phase I NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PARKS OF VILLAGE CREEK PII1 CPN:105369 0062 13 -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 20th day of 9 December - 20 24 . 10 PRINCIPAL: 11 RPM xConstruction LLC 12 13 14 BY:- 15 Signature 16 ATTEST: 17 Peley-Daw.(0o 18 CQ Prer;ja)k� 19 (Principa ecre Name and Tittle 20 21 Address: 6500 Meyer Way, Suite 100 22 McKinney, TX 75070 23 /,� 24 vl (�(J 1 /VlGt M 25 Witness as to Principal 26 SURETY: 27 Swiss Re Corporate Solutions America Insurance Comoration 28 1_ , 29 g 30 i% ILA J e 31 ignatur 32 33 Andrea Rose Crawford, Attorney -in -Fact 34 Name and Title 35 36 Address: 1200 Main Street, Suite 800 37 % Kansas City. MO 64105 38 39 40 Wi es s as Surety Telephone Number: 816-235-3738 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 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 006214-1 PAYMENT BOND Page l of2 Bond No. 2362079 SECTION 00 6214 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS. COUNTY OF TARRANT § That we, RPM xConstruction, LCC., known as "Principal" herein, and Swiss Re Corporate solutions America_ Insurance Corporation , a corporate surety ( or sureties if more than One), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Pulte Homes of Texas L.R. authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of TWO MILLION ONE HUNDRED THIRTY NINE, THOUSAND TWO HUNDRED EIGHTEEN DOLLARS AND SEVENTY-FIVE CENTS, ($2,139,218.75), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA24-0074; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 20th day of December , 20 24 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Parks cf Village Greek 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. CITY OF FORT WORTH PARKS OF VILAGE CREEK PHI STANDARD CITY CONDITIONS -- DEVELOPER AWARDED PROJECTS CM 105369 Revised January 31, 2012 1 2 3 4 006214-2 PAYMENT BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. 5 thi 6 7 8 9 10 11 12 13 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED s instrument by duly authorized agents and officers on this the 20th day of December 120 24 . PRINCIPAL: RPM xConstruction, LLC ATTEST: BY: Signature Ier Da v<<< P-946xf (Principal ��3 ary Name and Title Address: 6500 Meyer Way, Suite 100, McKinney, TX 75070 An �,e ( 4-ft Witness as to Principal SURETY: Swiss Re Corporate Solutions America Insurance Comoration 1 I ATTEST: BY �. 1v v (1 ^,.�1� \ gnature 1 �, Andrea Rose Crawford, Attorney -in -Pact (Surety) Secretary Name and Title Address: 1200 Main Street, Suite 800 1 Kansas Citv. MO 64105 W es s as to rety Telephone Number: 816-235-3738 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PARKS OF VILAGE CREEK PIIl CPNA05369 1 2 3 4 5 6 7 8 9 10 11 12 13 14 SECTION 00 6219 MAINTENANCE, BOND THE STATE OF TEXAS § COUNTY OF TARRANT § Bond 11022232592 006219-1 MAINTENANCE BOND Page I of 3 Bond No. 2362079 KNOW ALL BY THESE PRESENTS: That we RPM xConstruction. LLC.. known as "Principal" herein and Swiss Re Corporate solutions America Insurance Corporation , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Pulte Homes of Texas L.P., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of TWO MILLION ONE HUNDRED THIRTY NINE THOUSAND, TWO HUNDRED EIGHTEEN DOLLARS AND SEVENTY-FIVE CENTS, ($2,139,218.75), 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 17 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 18 jointly and severally, 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 CFA24-0074; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 20th day of December . 20 24 , 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 Parks of Village Creek 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 PORT WORTH PARKS OF VILLAGE CREEK PII1 STANDARD CITY CONDITIONS — DEVEi.OPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 Bond 0022232592 006219-2 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 PORT WORTII PARKS OF VILLAGE CREEK PII1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised January 31, 2012 Bond P022232592 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 3 December 2024 . 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: (Princip"cret Witness as to Principal ATTEST: ty 20th day of PRINCIPAL: RPM xConstruction, LLC BY: Signature 4-441- Uri wson / pit t e Pref iQ �YitT Name and Title Address: 6500 Meyer Way, Suite 100 McKinney, TX 75070 SURETY: Swiss Re Corporate Solutions America Insurance Corporation B CASO Signature Andrea Rose Crawford, Attomey-in-Fact Name and Title Address: 1200 Main Street, Suite 800 Kansas City, MO 64105 Telephone Number: 816-235-3738 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PARKS OF VILLAGE CREEK P111 CPN:105369 STREET LIGHTS CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI CPN:105369 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 00 42 43 DAP - AID PROPOSAL Page I of SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Proiect Item information Description Specification I Unit of Bid Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROV JNENTS 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 255, 3441.1410 NO 10 Insulated Elee Condr 3441 10 LF 767. 3441.1646 Furnish/Install Type 338 Arm 3441 20 EA 4; 3441.3050 Furnishl'Install LED Lighting Fixture (70 watt 3441 20 EA 4 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 3441 20 EA 4; 3441.3351 Furnish/Install Rdway Ilium TY 11 Pole 3441 20 EA 4; 3441.4003 Furnish/Install Alum Sign Ground Mount City 3441 30 EA 1; Bidder's Proposal Unit Price I Bid Value $20.97 $1.91 $400.0C $400.0C $1, 996.00 $2,431.00 $850.00 $53,641.26 $14,657.34 $16,800.00 $16, 800.00 $83,832.00 $102,102.00 $11,050.00 TOTAL. I)NIT V: STREETLIGHTING IMPROVEMENTS1 $298,882.601 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22. 2019 42 43—Bid Proposa;_DAP1 Electrical - V2 WC prices Eked in 00 42 43 DAP - BID PROPOSAL 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) I Specification I Measure Unit of I Quantity Bid Description Unit Price I Bid Value No. Section No. Bid Summary UNIT V: STREET LIGHTING IMPROVEMENTS $298,882.60 Total Construction Bidl $298,882.60 Phis Bid is submitted by the entity named below: BIDDER: Independent l tility Construction 5109 Sun %allei Drive Fort North. rX '6119 817-47&J- 44 -- office iuctx.com Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: K e 1� oltr i TITLE: 1're�idrn DATE: 1 ll1-V2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 -41) working days after the date when the 42 43_13id Proposai_DAPl Electrical - V2IUC prices filled in 0045 11- 1 BIDDERS PREQUALIFICAT'IONS Page I of 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 3 t (2) The firrn's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Slatements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 0045I1-2 BIDDERS PREQU.ALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent. certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is detennined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalifrcation purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bicicler Preyualrfication Application. A Bidder Prequalifrcation Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of constriction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalifrcation. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bicl In 47 a. The City shall be the sole judge as to a contractor's prequalifrcation. 48 b. The City may reject, suspend, or modify any prequalifrcation for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalifrcation approval. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH STANDARD C'ONSTRUC'TION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised April 2, 2014 0045 1? DAP PREQUAL.IFICATION STATEMENT Page I of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the ` Maior Work Type" box provide the complete maior work type and actual description as provided bv_ the Water Department for water and sewer and TPW for pavina. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Roadway and Pedestrian Street Independent Utility Construction, Inc. 02/27/2025 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name: Independent Utility Construction, Inc. Address: 5109 Sun Valley Drive Fort Worth, TX 76119 BY: �iand Wolf e ilk (Signature) TITLE: President DATE: 1.� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS PARKS OF VILLAGE CREEK PHI 00 45 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.103287. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utilitv Construction. Inc Company 5109 Sun Vallev Drive Address Fort Worth, TX. 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § By: Whard Wolfe f/111/case Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed oindependent Utility Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. VA &EN TDER MY HAND AN L OF OFFICE this day of ,20 4;�, 4 """� CHRISTINA GARCIA i �% r �.• Notary Public, State of Texas a =N� : Comm, Expires 12-20-2024 aay ublic in and for thAtate of Texas 0„Notary ID 130940785 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 PARKS OF VILLAGE CREEK PHI CPN:105369 005243-1 ]Developer Awarded Project Agreemont Page I of 4 l SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 12/20/2024 is made by and between the Developer, 5 Pulte Homes of Texas L.P., authorized to do business in Texas ("Developer") . and Independent 6 Utility Construction. Inc., 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 l l Contractor shall complete all Work as specified or indicated in the Contract Docuunents 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 Parks of Villave Creek Phase 1 17 City Proiect Number: 105369 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 { 4U_/ 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 Dollars ($Aj0) for each day that expires after the time specified in Paragraph 36 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN:105369 Revised June 16.2016 00524?-2 Developer Awarded Project Agreement Page 2 d4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of TWO HUNDRED NINETY EIGHT THOUSAND. 4o EIGHT HUNDRED EIGHTY TWO DOLLARS AND SIXTY CENTS, (S298.881.60). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 R. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance, 73 74 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH STANDARD CONSTRUCTION SPEC IFIC'ATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 005243-3 Developer Awarckd Proiect Agreemrnt Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is snecifically intended to overate 81 . and be effective even if it is alleged or nroven that all or some of the. damages being 82 sought were caused, in whole or in vart. by anv act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is svecifically intended to overate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in Hart, 94 by any act, omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself; its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and III CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revibcd June 16, 2016 00 5' 4,1- 4 Deti eloper Awarded Project Agreement Page 4 of 4 116 117 7.6 Authority to Sign 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date")_ 125 126 Contractor: Independent Utility Construction, Inc By: r,61 (Signature) Ridiar olfe (Printed Name) Title: President Company Name: Independent Utility Construction, Inc. Address: 5109 Sun Valley Drive City/State/Zip: Fort Worth, TX 76119 2 �rz� Da e 01111111JJJJJl/ ycONSTRU �G + • �—iU (11;c� - �,_ SEAS... ;b_ � ,1 1 12t� c4o0l, Developer: Pulte Homes of Texas-L.P.- By. 2- (Signature) /Vt *-r e— yr%W— (Printed Name) Title: 'vrs' rM"vo-roer- kv so~) Company name: Pulte Homes of Texas L.P. Address: 9111 Cypress waters boulevard Suite 100 City/State/Zip: Coppell, TX 75019 12/20/2024 Date CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION Dix'iJMENTS - DEVELOPER AWARDED PROJECTS CPN:105369 Revised June 16, 2016 IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://vwvw.tdi.state.tx.us E-mail: ConsumerProtection a(-.td1.state. tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para information o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state,tx.us E-mail: ConsumerProtection ia�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09128/23, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER N O . 4220052 06 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know AN Men by These Presents, What WEST FIELD INSURANCE COMPANY, WESTFIELD NA71ONA1_ INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporatiors. hereinafter referred to individually as a -Company" and collectively as "Companies." duly organized and existing !ender the iaws of the State of Ohio, and having its principal office in Westfield Center. Medina County. Ohio, .co by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, DAVID W. SWEENEY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(si-in-Fact, with full power and authority hereby conferrer in its Name, place and stead, to exec+.tte. acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. - - - - - - - - - - - - - - - - • - • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - • . LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARAN-I'EE, OR BANK DEPOSITORY BONDS. and to bind any of We Companies thereby as fully and to the same extent as It sucr bonds were signed by the President, sealed with the ccerporate seal of the applicable Company anc duly attested by its Secretary. hereby ratifying and ronfirmirg all that the laic Attorreyrs}-in-sac` may Go in the premises. Said apponrtment :s made under and by authority of '.he following resolution adopted by the Board of Directors of each of the WEST FIELD INSURANCE COMPANY, WEST FIELD NATIONAL INSURANCE CCMPANY and 0I110 FARMERS INSURANCE COMPANY: "Be it Resolved, that tl-e President. any Serior Executive. any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested will^ full Power and authority to appoint any one or more suitable persons as Attorrey(s -1n-Fact to represent and act for and on behalf of the Company subject to the following provisions: Tne Attorney -in -Fact. may be river full power an , autt.or•ity for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bords, recognizances. contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documerts canceling or terminating the Company's liability thereurder. and any sucn instruments so executed by any such Attorney -in -Fact shall be as binding upon the Corr:par.y as if signed by the President and sealed and attester; by the Corporate Secretary. - "Be it Further Resolved, that the :signature of any such designated persen and the seal of the Cnmpar:y heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile. and any power of attorney or certifi:.a e bear ng facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adapted at a meeting held on February 8. 20CV';. ?n Witness Whereof, WESTFIELD INSURANCE COM?ANY. WEE', -FIELD NAT CNAL INSURANCE COMPANY and OHIO FARMERS INSURANCE CCMPANv have causer these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be Hereto affixed this 28th day of SEPTEMBER A.D.. 2023 . ,NN,+rb14 ,,,, • , r r, r r wile , '" ''' ''"'"y���/VESTFIELD INSURANCE COMPANY Corporal. X`, NAp�Y� �4'` :'t. ,•7,''' a Sealsa • •�• ,.�, : �>+; ,; %C ,� WESTFIELD NATIONAL INSURANCE COMPANY �►. * •. n ;� ' ;TE r 4 !'' OHIO FARMERS INSURANCE CORr1PANY SEALAL _ 1848 �! State of Ohio County of Medina ss.: Gary W. Stumper, Nationai Surety Leader and Senior Executive On this 28th day of SEPTEMBER A.D.. 2023 , before rile oersanaliy came Gary W. Stumper to me known. wfio, beirg oy me duly sworn, dre depose and say. that he resides in Medina, OH• that he. is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS 1NSURANCE COMPANY. the companies described in and which executed the above instrument: that f-e knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that *w they ere so affixec by crier of the 3oaros of Directors of said Companies: and that he signed his rarne thereto by We order. Nota; i al �aM•..M«w.,w,a Seal R 1 A L Affixed �P'� 2 •: State of Ohio `ora David A. Kotnik, Attorney at Law. Notary Public County of Mectir•.a ss.: ':q My Commission Coes Not Expire ;Sec. 147.03 Ohio Revisec Code) TF OF O, r. r., •,. •,N,a I. Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL NSURANCE C:CMPAN� and CHIG FARMERS INSURANCE COMPANY. do Heresy certify that the above and foregoing is a true and correct ;opy of a Power of Attorney. executed by said Companies. which is still ire full force and effect: and furthermore, the resolutions cf the Boarcis of Directors. set ors, in v-ie Power of Attorney are in full force and effect. Ire Witness Wi erecf, I nave hereuntc set try hand ar:c: affixed the seals of said C0r,npan?e5 at VaesttrE:r Center. Chio, this rjay of A. D.. �` • SE �E.�►�r : � � ' r =SEALsue• �rucr�i�fo .� BPOAC2 (combined) (03-22) ¢ Secretary Frank A. Carrino, Secretory 006213-1 PERFORMANCE BOND Page I or2 Bond No. 440622P I 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 g Westfield insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to dig 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 I 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 NINETY EIGHT THOUSAND EIGHT 13 HUNDRED EIGHTY TWO DOLLARS AND SIXTY CENTS ($298,882.60), lawful money 14 of the United States, to be paid in Fort Worth, "Tarrant County, Texas for the payment of which 15 sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 13 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 conummity facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA24-0074; and 21 WHEREAS, the Principal has entered into a certain written contact with the Developer awarded 22 the 20th day of December 20 24, 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 Street LiQhlinz Improvements to Serve 26 Parks of Villatye Creek 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 and/or City, then this 32 obligation shall be and become null and void. otherwise to remain in full force and effect. CITY OF FOR-1 WOKTH PARKS OF VILLAGE CREEK PLI I STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJFC rs CPN:10 369 Revised Jan:mry 31.2012 006213-2 PERFORMANCE BOND Pace 2 of-, 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. t This bond is made and executed in compliance with the provisions of Chaprer 2253 of the 5 6 7 8 9 T 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Texas Government Code. as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of December .20 24. ES�_� ( ncipal) Secretary Ric otfie Witness as to Principal Christina Garcia ' jWitness as to Surety Elizabeth Gray PRINCIPAL: Indepen(7t Utility Construction, Inc. ign Richard Wolfe, President Name and -I itle Address: 5109 Sun Valley Drive Fort Worth, TX 76119 SURETY: Westfield Insurance Company BY: Signat Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 955 Garden Park Drive Suite 230 Allen, TX 75013 Telephone Number: 972-516-2600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different troin its mailing address, both must hr provided. The date of the bond shal I not be prior to the date the Contract is awarded. C IFY OF FORT WORTH PARKS OF VILLAGE CR-EFK PH I STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN 10i3b9 Revised.lanuary 31.2012 0062 1=4 - 1 PAYNIEN I BOND Pase I of 2 Bond No. 440622P 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, Inc., known as "Principal" herein, and 8 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 I 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 NINETY EIGHT THOUSAND EIGHT 13 HUNDRED EIGHTY TWO DOLLARS AND SIXTY CENTS (S298,882.60), lawful money 14 of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which 15 sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors. administrators, successors and assigns, joindy and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Numbel'CFA24-0074: and 21 WHEREAS, Principal has entered into a certain written Contract with Developer. 22 awarded the 20th day of December 20 24 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Streel Llzhtinie Improvements to Serve 26 Parks of 711aie Creek Phuse 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 WOR'iH PARKS OF VILLAGE CREEP: PHI STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN: 10S369 Revised Januart 31. 2012 0062 14 -2 PAYINIE•NT BOND Page 2 42 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 detennined iD 3 accordance with the provisions of said statute. 4 5 6 7 8 9 10 11 12 13 14 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of December . 20 24 . U f1: aal) Secretary Ri 'n r '1olfe s as to Principal Vhristina Garcia ATTEST: (Surety) Secretary Frank A. Carrino jWbt"Jd,U- Witness as to Surety Elizabeth Gray PRINCIPAL: Independent Utility Construction, Inc. BY: Signature Richard Wolfe, President Name and Title Address: 5109 Sun Vallev Drive Fort Worth, TX 76119 SURETY: Westfield Insurance Companv BY: Sign oure�%G / Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 955 Garden Park Drive Suite 230 Allen, TX 75013 Telephone Number: 972-516-2600 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WOR I I PARKS OF VIL LACW CREEK PHI STANDARD CITYCONDFnONS— EXVELOPERAWARDEDPROJECI'S CPN 105369 Revised January 31, 2012 0062 19 - 1 MAINTENANCE BOND Pap' of3 Bond No. 440622P SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OFT FXAS § 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 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, Pulte I lomes of Texas L.P., authorized 12 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 13 (--City"), in the sum of TWO HUNDRED NINETY EIGHT THOUSAND EIGHT 14 HUNDRED EIGHTY TWO DOLLARS AND SIXTY CENTS (S298,882.60), lawful money 15 of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum 16 well and truly be made jointly unto the Developer and the City as dual obligees and their 17 successors. we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly I8 and severally, 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 CFA24-0074; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 20th day of December . 20 24 , 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 Street Lizhtinz bnnrovernents to 29 Serve Parks of Villacfe Creek Phase 1; 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 fiee 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 PARKS OF VILLAGE CREEK PHI STANDARD CITY CONDITIONS — DLVELOPER AWARDPD PROJEC-I S CPN 105369 Revised January 31, 2012 l J 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ?o -)1 22 23 24 0062 l 9 - 2 .IAfN'FFNANCF: HOND Pace 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE. the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstrr.ict any timely noticed defective Work. it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety Under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Font Worth Division; and PROVIDED FURTHER, that this oblipation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WOR-1711 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31. 2012 PARKS OF VILLAGE- CREEK PHi CPN-105369 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 006219-3 .MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of December 2024 . ATTE (PrincipaTI -Secretary Richard Wolfe rtness as to Principal Christina Garcia ATTEST: iIva�o (Surety) Secretary Frank A. Carino Q_IL _ Witness as to Si rety lizabeth Gr PRINCIPAL: Independent Utilitv Construction. Inc. BY: Signature Richard Wolfe, President Name and Title Address: 5109 Sun Valley Drive Fort Worth. TX 76119 SURETY: Westfield Insurance Company BY: Signat Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 955 Garden Park Drive Suite 230 Allen. TX 75013 Telephone Number: 972-516-2600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract froth the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Revised January 31.2012 PARES OF VILLACECREEK PHI CPN:105369 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology...........................................................................................................1 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 Article 4 — Bonds and Insurance........................................................................................................................ 7 4.01 Licensed Sureties and Insurers...................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds......................................................................... 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 —Contractor's Responsibilities.........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16 5.07 Concerning Subcontractors, Suppliers, and Others....................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas........................................................................................................19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative..................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals.................................................................................................................................... 22 5.17 Contractor's General Warranty and Guarantee.......................................................................... 23 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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................................................. 7.01 Inspections, Tests, and Approvals ............................... 7.02 Limitations on City's Responsibilities ....................... 7.03 Compliance with Safety Program .............................. Article 8 - City's Observation Status During Construction........... 8.01 City's Project Representative ..................................... 8.02 Authorized Variations in Work .................................. 8.03 Rejecting Defective Work ........................................ 8.04 Determinations for Work Performed ......................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work. 9.02 Notification to Surety ................... ................................................................ 26 ................................................................... 26 ................................................................ 26 ................................................................ 27 ................................................................ 27 ................................................................ 27 ................................................................ 27 ............................................................. 27 ................................................................ 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 ofDefective 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 Article 12 - Completion .............................. 12.01 Contractor's Warranty of Title 12.02 Partial Utilization .................... 12.03 Final Inspection ....................... 12.04 Final Acceptance ..................... Article 13 - Suspension of Work ............................. 13.01 City May Suspend Work ..................... Article 14 - Miscellaneous .......................................... 14.01 Giving Notice .......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 .......................................................................... 32 .......................................................................... 32 .......................................................................... 32 .......................................................................... 32 .......................................................................... 33 .......................................................................... 33 .......................................................................... 33 ..................................................................... 34 ..................................................................... 34 PARKS OF VILLAGE CREEK PHASE I CPN: 105369 14.02 Computation of Times ...................................... 14.03 Cumulative Remedies ....................................... 14.04 Survival of Obligations ..................................... 14.05 Headings CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ................................................................... 34 ................................................................... 34 ................................................................... 35 ................................................................... 35 PARKS OF VILLAGE CREEK PHASE CPN: 105369 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Pagel of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. Cites 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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 notContract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. IL 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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 theAgreement. 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 theAgreement. 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 theProject. 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 bejudged. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised: January 10, 2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at theSite. 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 orSubcontractor. 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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 ContractDocuments. 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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 followingways: 1. A Field Order; CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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 and4.02.C. 4.03 Certificates oflnsurance 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 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 parry 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of35 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 eachoccurrence 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 andnon-owned. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised: January 10, 2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 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 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. 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 b. Each Occurrence:: 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 PARKS OF VILLAGE CREEK PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised: January 10, 2013 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of35 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 repairwork 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 of35 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: 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 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 of35 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 byparticipating 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 of35 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 01 25 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 of35 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 of35 ❑ Required for this Contract. 0 Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. 0 Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth 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 parry 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 of35 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 shallbe 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 OtherAreas: 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 of35 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 theDamage 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 endangerit. 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 of35 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 of35 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 Paragraph5.16.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 Paragraph5.16.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 of35 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 causedby: 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 finalpayment; 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 of35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THI 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 ofactions. 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 of35 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 Cityfunds 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 of35 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 of35 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 of35 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 anticipatedproject. 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 of35 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 anegative 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 of35 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 of35 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: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given 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 otherparty. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receivingparty. 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 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis *These grasses are not to be planted within ten feet of a road or parking lot or within three (3) feet of a walkway. 3 Wildflower seed — (to be used in open fields as specified) All wildflower seeds are to be hand broadcast, (see 3.02,A). The seed shall be planted between March 5 and May 31 or between September 1 and December 1 and shall consist of: Lbs. PLS/Acre 3.0 5.0 2.0 3.0 13.4 13.6 2.0 8.0 8.0 2.0 18.0 2.0 3.0 2.0 8.0 Common Name Bush Sunflower Butterfly Weed Clasping Coneflower* Golden - Wave Illinois Bundleflower Partridge Pea Prairie Verbena Texas Yellow Star Winecup Black-eyed Susan Cutleaf Daisy Obedient Plant Pitcher Sage Plains Coreopsis Scarlet Sage Botanical Name Sinsia calva Asclepias tuberosa Rudbeckia amplexicaulis Coreopsis basalis Desmanthus illinoensis Cassia fasciculata Verbena bipinnatifida Lindheimeri texana Callirhoe involcrata Rudbeckia hirta Engelmannia pinnatifrda Physostegia intermedia Salvia azurea Coreopsis tinctoria Salvia coccinea *These wildflowers are not to be planted within ten feet of a road or parking lot or within three feet of a walkway. 4. TemDorary erosion control seed When specified on the plans, temporary control measures shall be performed. These measures shall consist of the sowing of cool season plant seeds and the work and materials as required in this section. B. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer. SECTION 02930 - SEEDING -3- 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors. 4. Mulch should contain no more than ten percent (10%) moisture, air dry weight basis. 5. Additives shall include a binder in powder form. 6. Material shall form a strong moisture retaining mat. C. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas - 100 pounds of Nitrogen per acre. C. Where applying fertilizer on established seeding areas - 150 pounds of Nitrogen per acre. D. Erosion Control Measures 1. For seeding application in areas up to 3:1 slope, use cellulose, fiber or recycled paper mulch, (see 2.01, B. Mulch and 3.03). 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket (Follow the manufacturer's directions): "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL. 2.02 MIXING Seed, mulch, fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within thirty (30) minutes after placed in the equipment. SECTION 02930 - SEEDING -4- PART 3 — EXECUTION 3.01 SEEDED PREPARATION A. Clear Surface of All Materials, Such As: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. In all compacted areas till one inch (1 ") deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seed/water run-off. 3. In areas near trees: Do not till deeper than one half (1/2") inch inside "drip line" of trees. C. Water: Shall be furnished by the Contractor as an ancillary cost to the Contract by the Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve viable, acceptable stand of turf as noted in 3.04.B. of this specification. The water source shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch (1/2") per week should be applied until such time 100% full growth coverage is achieved and one mowing cycle is performed by the Contractor and accepted by the Owner. Watering: Soil should be watered to a minimum depth of four inches within forty eight (48) hours of seeding. 3.02 SEEDING A. If Sowing Seed By Hand 1. Broadcast seed in two directions at right angles to each other. 2. Harrow or rake lightly to cover seed. 3. Never cover seed with more soil than twice its diameter. 4. For wildflower plantings, scalp existing grasses to one (1") inch, remove grass clippings, so seed can make contact with the soil. B. Mechanically Seeding (Drilling): If mechanically seeding (drilling) the seed or seed mixture, the quantity specified shall be uniformly distributed over the areas shown on the plans or where directed. All varieties of seed, as well as fertilizer, may be distributed at the same time provided that each component is uniformly applied at the specified rate. Seed shall be drilled at a depth of from one quarter inch to three eighth inch (1/4"-3/8") utilizing a pasture or rangeland type drill. All drilling is to be on the contour. After planting, the area shall be rolled with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. 3.03 MULCHING SECTION 02930 - SEEDING -5- A. Apply uniformly after completion of seeding in areas up to 3:1 slope. Mulch may be applied concurrently with fertilizer and seed, if desired. B. Apply at the following rates unless otherwise shown on plans: 1. Sandy soils, flat surfaces - minimum 1,500 lbs./acre. 2. Sandy soils, sloping surfaces - minimum 1,800 lbs./acre. 3. Clay soils, flat surfaces - minimum 2,500 lbs./acre. 4. Clay soils, sloping surfaces - minimum 3,000 lbs./acre. 5. "Flat" and "sloping" surfaces will be shown on the plans if not visually obvious. C. Apply within thirty (30) minutes after placement in equipment. Keep mulch moist, by daily water application, if necessary: 1. For approximately twenty-one (21) days, or 2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.) and project has been accepted by the City. 3.04 ESTABLISHMENT, MAINTENANCE AND ACCEPTANCE A. Includes initial seed and / or sod application and establishment, protection, replanting as necessary, maintaining grades and immediate repair of erosion damage until the project receives final acceptance. Refer to Part 2 — 2.01 — D. for watering requirements to be executed by the contractor. B. Initial full coverage turf establishment shall be considered as 100% grow in to a height of three (3") inches with a minimum of one mow cycle performed by the Contractor on all newly established areas prior to consideration of acceptance by the Owner.. C. Replanting 1. Replant areas where a stand of grass or wildflowers are not present in a reasonable length of time, as determined by the City. 2. A "stand" shall be defined as: a. Bermuda/Rye grasses: See 3.04 B b. Native grass and wildflowers: eighty percent (80%) coverage of growing plants within seeded area within twenty-one days of seeding date on a smooth bed free of foreign material and rocks or clods larger than one - inch diameter. END OF SECTION SECTION 02930 - SEEDING -6- 01 11 0001 78 39 - 1 DAP SUMMARY OF WORKPROJECT RECORD DOCUMENTS Pagel of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 GENERAL 4 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 105369 Revised December 20, 2012 01 11 0001 78 39 - 2 DAP SUMMARY OF WORKPROJECT RECORD DOCUMENTS Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 All Work shall be in accordance with railroad requirements set forth in Division 7 0 as well as the railroad permit. 8 B. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, 18 plants, lawns, fences, culverts, curbing, and all other types of structures or 19 improvements, to all water, sewer, and gas lines, to all conduits, overhead pole 20 lines, or appurtenances thereof, including the construction of temporary fences 21 and to all other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or 23 private lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of 25 the Work. 26 b. Notices shall be applicable to both public and private utility companies and 27 any corporation, company, individual, or other, either as owners or 28 occupants, whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character 30 resulting from any act, omission, neglect, or misconduct in the manner or 31 method or execution of the Work, or at any time due to defective work, 32 material, or equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the 35 Project to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the 37 Work is not in progress and when the site is vacated overnight, and/or at all 38 times to provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 105369 Revised December 20, 2012 01 11 0001 78 39 - 3 DAP SUMMARY OF WORKPROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 105369 Revised December 20, 2012 01 31 01 78 3919 - 1 DAP PRECONSTRUCTION MEETING PROJECT RECORD DOCUMENTS Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 01 31 01 78 3919 - 2 DAP PRECONSTRUCTION MEETING PROJECT RECORD DOCUMENTS Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 01 31 01 78 3919 - 3 DAP PRECONSTRUCTION MEETING PROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0133 000178 39 - 1 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Pagel of 8 1 SECTION 0133 00 2 DAP SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following Work- 7 related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. No 20 separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals 25 from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing 28 the related Work or other applicable activities, or within the time specified in the 29 individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by processing 31 times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0133 000178 39 - 2 DAP SUBMITTALSPROJECT RECORD DOCUMENTS 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. A. 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: [IIC�Ci1I1Ila1I: .� 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 B. 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." C. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations D. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0133 000178 39 - 3 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 E. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 Provide such measurements and note on the drawings prior to submitting for 32 approval. 33 F. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing -in diagrams and templates 44 5) Catalog cuts CITY OF FORT WORTH PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0133 000178 39 - 4 DAP SUBMITTALSPROJECT RECORD DOCUMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 4 of 8 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0133 000178 39 - 5 DAP SUBMITTALSPROJECT RECORD DOCUMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a. 8 copies for mechanical submittals b. 7 copies for all other submittals c. If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a. When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0133 000178 39 - 6 DAP SUBMITTALSPROJECT RECORD DOCUMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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) Reuubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0133 000178 39 - 7 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be used 9 on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 If specifically required in other Sections of these Specifications, submit a P.E. Certification 12 for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0133 000178 39 - 8 DAP SUBMITTALSPROJECT RECORD DOCUMENTS 2 3 Page 8 of 8 5 PART 2 — PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION N. 9 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 PARKS OF VILAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0135 130178 39 - 1 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 1 of 7 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - 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. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 J. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this Specification, 29 unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 31 Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas Department 37 of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit 40 b. All work performed in the TxDOT right-of-way shall be performed in compliance 41 with and subject to approval from the Texas Department of Transportation CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August, 30, 2013 0135 130178 39 - 2 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 2 of 7 1 B. Work near High Voltage Lines 2 1. Regulatory Requirements 3 a. All Work near High Voltage Lines (more than 600 volts measured between 4 conductors or between a conductor and the ground) shall be in accordance with 5 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 6 2. Warning sign 7 a. Provide sign of sufficient size meeting all OSHA requirements. 8 3. Equipment operating within 10 feet of high voltage lines will require the following 9 safety features 10 a. Insulating cage -type of guard about the boom or arm 11 b. Insulator links on the lift hook connections for back hoes or dippers 12 c. Equipment must meet the safety requirements as set forth by OSHA and the safety 13 requirements of the owner of the high voltage lines 14 4. Work within 6 feet of high voltage electric lines 15 a. Notification shall be given to: 16 1) The power company (example: ONCOR) 17 a) Maintain an accurate log of all such calls to power company and record 18 action taken in each case. 19 b. Coordination with power company 20 1) After notification coordinate with the power company to: 21 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower 22 the lines 23 c. No personnel may work within 6 feet of a high voltage line before the above 24 requirements have been met. 25 C. Confined Space Entry Program 26 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA 27 requirements. 28 2. Confined Spaces include: 29 a. Manholes 30 b. All other confined spaces in accordance with OSHA's Permit Required for 31 Confined Spaces 32 D. Use of Explosives, Drop Weight, Etc. 33 1. When Contract Documents permit on the project the following will apply: 34 a. Public Notification 35 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior 36 to commencing. 37 2) Minimum 24 hour public notification in accordance with Section 01 31 13 38 E. Water Department Coordination 39 40 1. During the construction of this project, it will be necessary to deactivate, for a 41 period of time, existing lines. The Contractor shall be required to coordinate with 42 the Water Department to determine the best times for deactivating and activating 43 those lines. 44 2. Coordinate any event that will require connecting to or the operation of an existing 45 City water line system with the City's representative. 46 a. Coordination shall be in accordance with Section 33 12 25. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0135 130178 39 - 3 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 3 of 7 b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. C. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. B. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. C. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August, 30, 2013 0135 130178 39 - 4 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Page 4 of 7 c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August, 30, 2013 0135 130178 39 - 5 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— 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. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August, 30, 2013 0135 1301 78 39 - 6 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August, 30, 2013 1 2 3 2 0135 130178 39 - 7 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 7 of 7 EXHIBIT B FORT WORTH Dom: DOE 110. XXXX I�� Imo: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August, 30, 2013 04 45 230178 39 - 1 DAP TESTING AND INSPECTION SERVICES PROJECT RECORD DOCUMENTS Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 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. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 City's Buzzsaw site, or another form of distribution approved by the City. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 04 45 230178 39 - 2 DAP TESTING AND INSPECTION SERVICES PROJECT RECORD DOCUMENTS Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered 11 load of Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS SNOT USEDI 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 27 28 29 all PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised August 30, 2013 0150 000178 39 - 1 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired 41 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised JULY 1, 2011 0150 000178 39 - 2 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised JULY 1, 2011 0150 000178 39 - 3 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities 32 33 34 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised JULY 1, 2011 0150 000178 39 - 4 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, 2 to a condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised JULY 1, 2011 0155 260178 39 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROLPROJECT RECORD DOCUMENTS Pagel 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 REFERENCES 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. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 39 40 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised July 1, 2011 0155 260178 39 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROLPROJECT RECORD DOCUMENTS Page 2 of 3 1 2 1) Allow a minimum of 5 working days for permit review. 3 2) Contractor's responsibility to coordinate review of Traffic Control plans for 4 Street Use Permit, such that construction is not delayed. 5 C. Modification to Approved Traffic Control 6 1. Prior to installation traffic control: 7 a. Submit revised traffic control plans to City Department Transportation and 8 Public Works Department. 9 1) Revise Traffic Control plans in accordance with Section 34 71 13. 10 2) Allow minimum 5 working days for review of revised Traffic Control. 11 3) 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 D. Removal of Street Sign 14 1. If it is determined that a street sign must be removed for construction, then contact 15 City Transportation and Public Works Department, Signs and Markings Division to 16 remove the sign. 17 E. Temporary Signage 18 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 19 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 20 Devices (MUTCD). 21 2. Install temporary sign before the removal of permanent sign. 22 3. When construction is complete, to the extent that the permanent sign can be 23 reinstalled, contact the City Transportation and Public Works Department, Signs 24 and Markings Division, to reinstall the permanent sign. 25 F. Traffic Control Standards 26 1. Traffic Control Standards can be found on the City's Buzzsaw website. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 PART 3 - EXECUTION [NOT USED] 37 END OF SECTION CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised July 1, 2011 0155 260178 39 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROLPROJECT RECORD DOCUMENTS Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN:105369 Revised July 1, 2011 0157 130178 39 - 1 DAP STORM WATER POLLUTION PREVENTION PROJECT RECORD DOCUMENTS Paget of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 A. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. 38 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised July 1, 2011 0157 130178 39 - 2 DAP STORM WATER POLLUTION PREVENTION PROJECT RECORD DOCUMENTS Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) 'TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review 48 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 0157 130178 39 - 3 DAP STORM WATER POLLUTION PREVENTION PROJECT RECORD DOCUMENTS Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - -PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 0160 000178 39 - 1 DAP PRODUCT REQUIREMENTS PROJECT RECORD DOCUMENTS Page 1 of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs://apes.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 — Construction Documents\Standard Product List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised March 20, 2020 0160 000178 39 - 2 DAP PRODUCT REQUIREMENTS PROJECT RECORD DOCUMENTS Page 2 of 2 I 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION N. 0 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/20 D.V. Magaiia Removed reference to Buzzsaw and noted that the City approved product list is accessible through the City's website. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised March 20, 2020 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 017423-2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - 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 PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017423-3 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. 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 PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 017423-4 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 PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 017719 CLOSEOUT REQUIREMENTS PART 1 - 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 1. 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 PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PAT 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 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 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 NM FM 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] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten 38 39 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 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 PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 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. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 37 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 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 PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.1 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. 37 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". 36 37 38 CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 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] DATE NAME 4/7/2014 M.Domcncch END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH PARKS OF VILLAGE CREEK PH 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105369 Revised April 7, 2014 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions —Geotechnical Report Provided GC-4.04 Underground Facilities - None GC-4.06 Hazardous Environmental Condition at Site -None GC-6.06.1) Minority and Women Owned Business Enterprise Compliance — Not Required GC-6.07 Wage Rates - Not Required GC-6.09 Permits and Utilities - Urban Forestry Permit GC-6.24 Nondiscrimination - None GR-01 60 00 Product Requirements — COFW Water Department & TPW Standard Product List Provided CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105369 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105369 Revised July 1, 2011 PRELIMINARY GEOTECHNICAL ENGINEERING REPORT PARKS OF VILLAGE CREEK FM 1187 FT. WORTH, TEXAS Prepared for: PARKS OF VILLAGE CREEK, LLC. Ft. Worth, Texas EWI Report No. PV226602 April 2022 AMVEllerbee-Walczak, Inc. GEOTECHNICAL ENGINEERING & CONSTRUCTION MATERIALS TESTING SERVICES April 12, 2022 Parks of Village Creek, LLC 311 University Drive, Ste. 101 Ft. Worth, Texas 76107 Re: Preliminary Geotechnical Engineering Report Parks of Village Creek FM 1187 Ft. Worth, Texas EWI Report No. PV226602 Ellerbee-Walczak, Inc. (EWI) has completed the Preliminary Geotechnical Engineering Report for the above referenced project. The results are presented in the attached report. Please do not hesitate to contact us if you have any questions regarding the information in this report or if we can be of any additional assistance. It has been a pleasure providing geotechnical services for this project. Ellerbee-Walczak, Inc. TBPE Firm No, F-4610 .YN- , ICE, ,YFI: v nce. Jr., r ,T. , Eduardo D. 6;Aia�, Engineering Manager En g g' g 9!393 �� Graduate Engineer ly IONN � 4501 Broadway Ave. • P.O. Box 14809 • Haltom City, Texas 76117 Office 817-759-9999 • Fax 817-759-1888 TABLE OF CONTENTS Page 1.0 SITE & PROJECT INFORMATION..................................................................................... 1 2.0 SCOPE OF SERVICES....................................................................................................... 1 3.0 FIELD OPERATIONS.......................................................................................................... 1 4.0 LABORATORY TESTING................................................................................................... 2 5.0 SITE SUBSURFACE CONDITIONS.................................................................................... 2 6.0 GROUNDWATER............................................................................................................... 3 7.0 ANALYSIS AND RECOMMENDATIONS............................................................................ 3 7.1 Preliminary Foundation Recommendations............................................................. 3 7.1.1 Preliminary Post -Tensioned Foundation Systems............ 4 7.2 Utilities.....................................................................................................................5 7.3 Earthwork/Site Grading............................................................................................ 5 7.4 Site Drainage........................................................................................................... 5 7.5 Pavement Recommendations.................................................................................. 6 7.5.1 Pavement Subgrade Preparation.................................................................... 6 7.5.2 Pavement Designs.......................................................................................... 7 7.5.3 Pavement Movements.................................................................................... 9 8.0 LIMITATIONS......................................................................................................................9 APPENDIX Figure Planof Borings........................................................................................................................... 1 BoringLogs........................................................................................................................ 2 — 16 SoilClassification Chart........................................................................................................... 17 WinPASOutput.................................................................................................................18 — 19 PRELIMINARY GEOTECHNICAL ENGINEERING REPORT PARKS OF VILLAGE CREEK FM 1187 FT. WORTH, TEXAS 1.0 SITE & PROJECT INFORMATION The project site is located on the southwestern quadrant of the FM 1187 and Redbird Lane intersection in the City of Fort Worth, Tarrant County, Texas. The site was mostly open with a creek and forested pockets along the eastern boundary of the property. The site generally drains west/northwest towards the creek. Conceptual construction consists of 196, one or two-story wood-framelbrick-venee r single-family residences and associated roadways with relatively light foundation loads. For the purpose of the preliminary geotechnical report, we will assume cuts/fills of t4-feet, or less, will be required to establish finished individual pad grades. 2.0 SCOPE OF SERVICES The purpose of our geotechnical services for this site were to: • Evaluate the subsurface conditions encountered in the prliminary borings. • Evaluate the pertinent engineering properties of the recovered samples. • Provide preliminary recommendations concerning suitable types of foundation and floor slab systems for the proposed residences. • Provide recommendations for earthwork, paving and site grading. 3.0 FIELD OPERATIONS The subsurface conditions of the site were evaluated by performing 15 preliminary borings, which were drilled on March 18, 2022. The approximate boring locations are provided on the Plans of Borings (Figure 1) in the Appendix. The results of the field exploration program are presented on the Boring Logs (Figures 2 through 16) in the Appendix. A Soil Classification Chart containing the keys to symbols and the description of terms used on the boring logs are presented on Figure 17. A truck -mounted drilling rig with continuous flight augers were used to advance the preliminary borings. Soils were sampled using steel tubes and during the performance of Standard Penetration Tests (SPT). The samples were extruded in the field, logged, sealed, and packaged to preserve their in -situ moisture content and reduce disturbance during transportation to the laboratory. The load carrying capacity of the shale encountered in Boring 2 was evaluated in the field by performance of the Texas Department of Transportation's (TxDOT) Cone Penetration Test. Drilling and sampling were performed in general accordance with applicable ASTM and TxDOT procedures. 1 PV226602 4.0 LABORATORY TESTING The Boring Logs were reviewed by a geotechnical engineer who assigned soil samples for testing. Tests were performed in the laboratory by technicians working under the direction of the engineer. Testing was performed in general accordance with applicable ASTM procedures. Liquid and Plastic Limit tests (ASTM D 4318) were performed on samples of the cohesive soils. These tests were used in conjunction with moisture content tests (ASTM D 2216) for classification and estimating their volume change potential. A percent passing the number 200 sieve test was performed to aid in classification. Hand penetrometer and unconfined compression tests were performed on the soils to evaluate strength and consistency. The results of the laboratory tests are presented on the Boring Logs in the Appendix. 5.0 SITE SUBSURFACE CONDITIONS The conditions encountered at each boring location are depicted on the Boring Logs in the Appendix. Descriptions of each strata with its approximated depth and thickness are provided. The depths reported on each log refer to the depth from the existing ground surface at the time the boring was performed. A brief description of the stratigraphy indicated by the preliminary borings is presented below. Reddish brown, dark brown, brown, tan and gray clay, clayey sand and sandy clay soils, some with gravel, sandstone fragments and calcareous particles, were encountered at the surface of Borings 1 through 15; and extended to termination depths of 20 feet below existing grades in Borings 1, 3, 4, 7, 8, 11, 12, 14 and 15 and to a depth of 13, 17, 19, 19'/z, 18 and 19'/2 feet below existing grades in Borings 2, 5, 6, 9, 10 and 13, respectively. The soils had Liquid Limits (LL) of 20 to 56 percent, Plasticity Indices (PI) of 9 to 35, classified as SC, CL and CH according to the Unified Soil Classification System (USCS) and were stiff to hard in consistency. Tan and reddish -brown sand, with gravel in Boring 5, was next encountered in Borings 2 and 5; and extended to a depth of 18 feet in Boring 2 and to a termination depth of 20 feet below existing grades in Boring 5. The very dense sands were non -plastic and classified as SP according to the USCS. Gray sandy shale was next encountered in Borings 6 and 9; and extended to termination depths of 20 feet below existing grades. Light gray and tan cemented sand, with sandy clay in Boring 10, was next encountered in Borings 10 and 13, and extended to termination depths of 20 feet below existing grades. The soils encountered in the preliminary borings at this site are considered to be slightly active to active with respect to moisture -induced volume changes. The soils encountered in the borings have shrink and swell potential with seasonal moisture changes within the active zone. 2 PV226602 6.0 GROUNDWATER The borings were advanced in the dry using auger -drilling techniques. This process allows relatively accurate short-term observations of groundwater while drilling. Seepage was observed in Borings 6, 9, 10, 12 and 13 while drilling at depths of 19, 13, 14, 17 and 19 feet below existing grades. A water level of 19, 13, 18, 17 and 19 was measured in these borings after the completion of drilling, respectively. Seepage was not observed in Borings 1, 2, 3, 4, 5, 7, 8, 11, 14 and 15 while drilling and these borings were observed to be dry after the completion of drilling. Groundwater levels will seasonally fluctuate due to variations in the amount of precipitation, evaporation and surface water runoff. In addition, groundwater conditions may change due to excessive landscape irrigation, tree root demand and from leaking buried utilities. 7.0 ANALYSIS AND RECOMMENDATIONS Pads with differential fill thickness in excess of 2 feet from either side to side or corner to corner should be undercut an additional amount to reduce differential fill depths to 2 feet, or less. This will reduce the potential for undesirable differential fill settlements due to varying fill thicknesses and decrease the potential differential settlements to on the order of/z inches or less across the foundation footprint. 7.1 Preliminary Foundation Recommendations Some differential foundation movements can be expected, if post -tensioned, ground -supported, stiffened slab foundation systems are constructed at this site. Lightly loaded ground supported foundation systems placed on site subgrades will be subject to movement as a result of moisture -induced volume changes in the active soils. The more clayey soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. The potential magnitude of the moisture -induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, thickness of clay strata and to a great extent by soil moisture levels at the time of construction. Based on the soils encountered in the borings, we estimate the potential magnitude of post -construction heave for slabs -on -grade placed near existing grades and on the order of 1'h inches to on the order of about 3% inches. PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over -watered, and utility leaks are promptly repaired. Long term utility leaks can result in actual soil subgrade swelling in excess of the estimates discussed above. 3 PV226602 It is common to experience some distress to structures with slab -on -grade foundation systems due to ground movements. This can include cracks in brick walls, cracks in ground supported slabs, adjustment to doors and windows that can stick, and interior cracks in sheetrock walls. Cracks in exterior brick walls can be less noticeable with the use of closely spaced vertical joints. Potential vertical rise calculation for design of ground -supported, stiffened slab foundation systems are presented below. 7.1.1 Preliminary Post -Tensioned Foundation Systems Post -tensioned or conventionally reinforced, ground -supported stiffened slab foundation systems must be designed to resist and/or tolerate potential vertical movements due to volume changes in the site soils without inducing unacceptable distress in the foundation or structural elements. These movements will typically occur as differential movement between the periphery and interior of the slab -on -grade system. A Preliminary Effective PI of about 27 can be considered for designing conventionally reinforced Slab -On -Grade (SOG) foundations on dry condition soils. This was calculated assuming dry condition soils, a weighted PI = 27, a Slope Correction Coefficient = 1 and a Consolidation Correction Coefficient = 1. PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over -watered, and utility leaks are promptly repaired. Long term utility leaks can result in soil movements in excess of those estimated above. The following parameters assume that the subgrade beneath the slab should meet the requirements discussed in the Earthwork/Site Gradinq section of this report. Adjacent flatwork such as sidewalks and pavements should be designed in such a way as to allow for differential movements between flatwork and the exterior perimeter of the structure foundations. Design parameters were developed for differential swell (ym) using the Post -Tensioning Institute's (PTI) slabs -on -ground (Third Edition) design method and the VOLFLO 1.5 computer program. The preliminary PTI design criteria based upon dry condition soils are presented in Table 1. TABLE 1 — PRELIMINARY PTI DESIGN CRITERIA Based on Dry Condition Soils (PTI 3�d Ed.) Center Lift Edge Lift Edge Moisture Variation (em) 7.6 ft. 4.0 ft. Differential Swell (Ym) 1.3 in. 1.8 in. Potential Vertical Rise (PVR) About 31/2 inches, or less Site grading can greatly affect the movements discussed above. !i rU 4 PV226602 The grade beams of the slab -on -grade foundation system should exert a maximum bearing pressure of 1,800 on in -situ or properly compacted soils. These beams should extend a minimum of 12 inches below finished grade. A properly engineered and constructed vapor retarder should be provided beneath slab areas, which will be covered, carpeted, or sealed. 7.2 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, rather than granular materials. A positive cut-off at the building line is recommended to help prevent water from migrating in the utility trench backfill. 7.3 EarthworklSite Grading The on -site soils may be used as leveling fill for grading. Imported fill (select fill) should have a Liquid Limit of less than 36 percent and Pl's of 4 to 15. The subgrade in areas to be filled and/or under residence structures, slopes and pavements should be stripped of vegetation and any debris present. The soil subgrade beneath fills should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of ASTM D 698 at a minimum of +3 percent above the soil's optimum moisture determined by that test. The native fills should then be spread in loose lifts, less than 9 inches thick and uniformly compacted to the same criteria. Imported fill, or on - site soils meeting select fill criteria, may be placed at a minimum of 95 percent of ASTM D 698 at or above the soil optimum moisture. if trees are removed within the perimeter of the house pads, the soil should be excavated to a depth beneath the root bulb and replaced to the same criteria presented above. The pad should be proof rolled with heavy pneumatic equipment. Any soft or pumping areas should be excavated to a firm subgrade and properly backfilled. It should then be scarified to a minimum depth of 6 inches and uniformly compacted to the same criteria presented above. If tree bulbs are not removed, the rooted areas may be in a desiccated state and the potential for heave may exist as moisture levels increase over time. 7.4 Site Drainage All grades should provide positive drainage away from the structures. Water ponding near or adjacent to the perimeter of the structures can result in soil movements exceeding those discussed in this report. Open ground should ideally be sloped at a minimum of 5 percent grade for at least 10 feet beyond the perimeter of the foundations. LA I I 5 PV226602 Flatwork will be subject to post -construction movement. Maximum grades practical should be used for flatwork to prevent areas where water can pond. In addition, allowances in final grades should take into consideration post -construction movement of flatwork, particularly if such movement would be critical. Where paving or flatwork abuts the structures, care should be taken that the joint is properly sealed and maintained to prevent the infiltration of surface water. Planters located adjacent to the structure should be designed to drain. Sprinkler mains should be located a minimum of five feet away from the building lines. If heads must be located adjacent to the structures, then service lines off the main should be provided. It should be advised that it is important to maintain moist ground conditions during prolonged periods of dry weather. If trees are planted or existing trees remain in proximity to a structure closer than 1 times the mature tree height, root barrier systems placed by a certified arborist should be considered. Roof drains should be extended a minimum of 5 feet away from the structures for grades less than 4 percent. 7.5 Pavement Recommendations 7.5.1 Pavement Subarade Preparation Based on our experience with the soils encountered in this area are not known to have sulfates in sufficient concentration to indicate potential damage to Portland Cement Concrete or sulfate induced heave in a lime modified subgrade. For verification, EWI has performed soluble sulfate tests (EPA 9038) on a total of 13 samples recovered from the borings at the locations listed below, for the determination of soluble sulfate contents. Sulfate Test Locations Soluble Sulfate Content Stations: Boring 1, 2' to 4' 227 Parts Per Million Boring 2, 0' to 2' 147 Parts Per Million Boring 3, 4' to 6' 327 Parts Per Million Boring 4, 0' to 2' 167 Parts Per Million Boring 5, 2' to 4' 207 Parts Per Million Boring 6, 4' to 6' 200 Parts Per Million Boring 7, 0' to 2' 200 Parts Per Million Boring 8, 4' to 6' 233 Parts Per Million Boring 9, 6' to 8' 233 Parts Per Million Boring 10, 2' to 3'/2' 233 Parts Per Million Boring 12, 8' to 10' 220 Parts Per Million Boring 13, 4' to 6' 157 Parts Per Million Boring 15, 0' to 2' 220 Parts Per Million / 4 � 2J 6 PV226602 Subgrade soils will mostly consist of clayey sand, sandy clay and clay soils. The clay soils are subject to loss in support value with the moisture increases, which occur beneath pavements. These soils react with hydrated lime, which serves to improve and maintain their support value. Additional soluble sulfate testing should be performed of the exposed subgrade after the streets have been rough graded and any buried utilities (beneath the pavements) have been placed and sampled in accordance with the City of Fort Worth standards. For budgetary purposes, a minimum of 8 percent hydrated lime (TxDOT Item 264), by dry weight, can be anticipated for soil subgrade modification. Lime series testing should be performed at the same time when the soils are sampled for soluble sulfate testing. The lime should be thoroughly mixed and blended with the top eight inches of the subgrade (TxDOT, Item 260). Lime modification should extend a minimum of two feet beyond the back of curb. Portland cement concrete is required for new streets. We understand that the concrete required by the city will consist of class 3,600 psi concrete. The design standard minimum concrete thickness is 7 inches for streets designated as "Residential Collector' roadways and 6 inches for streets designated as "Residential" roadways (Table 3.3, City of Fort Worth Pavement Design Manual). The concrete should have a minimum 28-day compressive strength of 3,600 psi and contain a minimum of 5 t 2 percent entrained air. As a minimum, both sections should be reinforced with No. 3 bars on 18-inch centers in both directions. The pavement will be subject to movements due to volume changes in the site soils. Flat grades should be avoided with positive drainage provided away from the pavement edges. Backfilling of curbs should be accomplished as soon as practical to prevent ponding of water. 7.5.2 Pavement Desiqns Pavement designs using rigid type pavements have been developed. These designs were analyzed using the AASHTO procedures (WinPAS 12) and were developed for average to worse case conditions (Aggregate of CBR = Unmodified clay soils beneath 8" Lime Modified Pavement Subgrade (Aggregate CBR = 15)). For the purposes of this analysis, we will assume the roadways will be classified as either residential collector or residential roadways. The design criterion includes a 25-year design life. The following design parameters were used in the pavement analysis: 7 PV226602 3600 PSI Concrete — Residential Collector Concrete Section Thickness Initial Serviceability, po Terminal Serviceability, pc Reliability, R Overall Standard Deviation Overall Drainage Coefficient, Cd Load Transfer Coefficient Modulus of Subgrade Reaction, k 28-day Concrete Modulus of Rupture 28-day Elastic Modulus of Rupture Design Life Growth Factor 7.66 inches (Design 8 Inches) 4.5 2.25 85% 0.39 1.0 3.0 221 psi/ in 620 psi 4,000,000 psi 25 years 1.5 percent Based on the above parameters, the analysis for a 7.66-inch (7 inches minimum, Design 8 Inches) ) section of 3,600 PSI concrete yielded a Total Rigid ESAL (25 years) of about 3,006,302, The WinPAS output sheet is attached to the appendix of this report. The analysis assumed that the concrete pavement is placed on a minimum of 8 inches of lime modified subgrade as discussed in the pavement subgrade preparation section. 3600 PSI Concrete — Residential Concrete Section Thickness Initial Serviceability, po Terminal Serviceability, p, Reliability, R Overall Standard Deviation Overall Drainage Coefficient, Cd Load Transfer Coefficient Modulus of Subgrade Reaction, k 28-day Concrete Modulus of Rupture 28-day Elastic Modulus of Rupture Design Life Growth Factor 5.67 inches (Design 6 inches) 4.5 2.25 85% 0.39 1.0 3.0 221 psi/ in 620 psi 4,000,000 psi 25 years 1 percent Based on the above parameters, the analysis for a 5.67-inch (Design 6 Inches) section of 3,600 PSI concrete yielded a Total Rigid ESAL (25 years) of about 625.000. The city minimum thickness for this type of roadway is 6 Inches. The WinPAS output sheet is attached to the appendix of this report. The analysis assumed that the concrete pavement is placed on a minimum of 8 inches of lime modified subgrade as discussed in the pavement subqrade Preparation section. Concrete quality will be important in order to produce the desired flexural strength and long-term durability. A mix design should be submitted by the contractor and correlations between flexural strengths and compressive strengths verified if concrete strengths will be controlled by compressive strengths. rU 8 PV226602 Contraction joints should be sawed as soon as practical and preferably within 5 to 12 hours after placing concrete. Joints should also be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel, etc. Regular maintenance should be anticipated during the service life of the pavement. Cracks or failures that will develop should be properly sealed or repaired. 7.5.3 Pavement Movements The soils encountered in the borings are slightly active to active and subject to some volume changes with fluctuations in their moisture content. The clays expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement at the center of the pavement typically occurs as post construction heave. At the edge of the pavement, both shrinkage and swell could occur due to seasonal moisture fluctuations in response to rainfall and evapotranspiration. Pavements should be sloped to provide rapid drainage of surface water. Water allowed to pond on or adjacent to the pavements could saturate the subgrade and contribute to premature pavement deterioration. A minimum grade of 0.5% and preferably 1 % is recommended for all pavements. Planters in central medium located adjacent to moisture conditioned subgrade/pavements should be designed to drain ideally discharged on flatwork. Sprinkler mains in mediums should be located as far as possible form the curb -lines. It should be advised that it is important to maintain consistent moisture conditions during prolonged periods of dry weather. Tree plantings are not recommended in the medium or near moisture conditioned subgrades. If trees are planted or existing trees remain in proximity to the roadways structure closer than 1 times the mature tree height, root barrier systems placed by a certified arborist should be considered. 8.0 LIMITATIONS The professional services performed for the preparation of this preliminary geotechnical report were accomplished in accordance with current and locally accepted geotechnical engineering principles and practices. The recommendations presented in this report are based upon the data obtained from widely spaced preliminary borings at the indicated locations and/or from other information discussed in this report. The subsurface conditions occurring between borings and across the site, or due to seasonal/annual climatic cycles may vary from those encountered in the borings. The nature of these variations may not become evident until during or after construction. Should subsurface conditions varying significantly from those described herein, EWI should be immediately notified to evaluate the effects on these recommendations and so supplemental recommendations can be provided. EWI's services should also be retained for the Preliminary review of design plans/specifications so comments can be made regarding interpretation of the geotechnical recommendations provided in this report, or to provide additional borings if soil variation is encountered during foundation placement. LaW I 9 PV226602 The recommendations provided in this report were prepared for the exclusive use of our client. No warranties, expressed or implied, are intended or made. The information and recommendations provided in this report are applicable only for the design of the types of structure(s) described in the Site and Project Information section of this report and should not be used for any other structures, locations or for any other purposes. We should not be held responsible for the conclusions, opinions or recommendations made by others based upon the information submitted in this report. If changes to the design and/or location of this project as outlined in this report are planned, the recommendations provided in this report shall not be considered valid unless EWI reviews these changes and either verifies or amends this report in writing. Construction issues such as site safety support of excavations and dewatering procedures are the responsibility of others. The scope of services for this report does not include any environmental or biological assessments either specifically or implied. If the owner is concerned about the potential mold, fungi, bacteria, identification of contaminants or hazardous materials and conditions, etc., additional studies should be undertaken. EWI's capabilities include a full range of construction material testing and observation services. A qualified testing firm should be retained to provide testing and observation during excavation, grading, foundation and construction phases of this project. We will retain the samples recovered from the borings on this project for a period of 30 days subsequent to the submittal date printed on this report. After the 30-day period, the samples will be discarded unless otherwise notified by the owner in writing. 14 l J ( 10 PV226602 c FJF WA FM 1187 / I J I I f / I I / �B-3 / I ! I ! B5 1 ! I I B-6 [�M] TTBD T� 1 I �� I I FFQ] EGO (FOXTROT I I I o I I I I I I I I s 1 I I I B 1 III111111 �� f I I I I I I I I 1 I I I x ` I B-13 B_14 HT G F 1 I EWI Project No. PV226602 Ellerbee Walczak, Inc. PLAN OF BORINGS Parks of Village Creek FM 1187 Fort Worth, Texas 0 175 350 FEET APPROMMATE SCALE Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek, LLC PROJECT NUMBER PV226602 DATE STARTED 3/16122 COMPLETED 3/18122 DRILLING METHOD Continuous Flight Auger NOTES MATERIAL DESCRIPTION Reddish brown clayey sand Reddish brown and brown sandy clay Light gray, reddish brown and brown clay Medium brown sandy clay - with sandstone fragments Bottom of hole at 20 feet. BORING NUMBER B- 1 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Villaqe Creek Ft. Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING -- w 3 AT—ERBERG z In w of — _IMITF w H w � O C' J T^ Z 4 � W ❑� �� ~— � x Q o y-a�n a� ad ❑ ° �� Oz �— w N❑ Uj o < in- s~a �d o �O O gfi S ' a ' g� z z�6- am a LL ST P = 4.5+ 6 26 11 15 35 ST P = 4,5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5 ST P = 4.5+ 8 29 11 16 19 50 19 31 12 29 11 16 FIGURE 2 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek, LLC PROJECT NUMBER PV22GG02 DATE STARTED 3/18122 COMPLETED 3118122 DRILLING METHOD Continuous Filaht Auger NOTES MATERIAL DESCRIPTION Reddish brown clayey sand Reddish brown sandy clay Bottom of hole at 20 feet. BORING NUMBER B- 2 PAGE 1 OF 1 PROJECT NAME Prelim inary Report and Pvmt. Recs. PROJECT LOCAT10N Parks of Village Creek Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- LU ATTERBERG w cow o _IMITS O LL LL- -j -F a � F z F �w �� 5 z Ovo a. 3 o � o.a }` Oz FS� 0� �� F- U Q p yYQ in_�a.. �O U �J gJ Z_ d w Z us � C3 ST P = 4.5+ ST P = 4.5+ 6 22 8 14 ST P = 4.5+ ST - P = 4.5+ 12 26 11 15 ST P = 4.5+ ST P = 1.0 18 NP NP NP AU T = 4.75'1100 THD FIGURE 3 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3/18122 COMPLETED 3118122 DRILLING METHOD Continuous Fliaht Aucer NOTES MATERIAL DESCRIPTION Reddish brown sandy clay Tan, reddish brown and brown sandy clay Light brown sandy clay Reddish brown and brown sandy clay Tan clay Reddish brown clay Bottom of hole at 20 feet. BORING NUMBER B- 3 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Rees. PROJECT LOCATION Parks of Village Creek Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLINGUj -- ATTERBERG my LL w o cc LIMITS w O li E w �v. �� Z i �W flF- U� Ux O� o) o Ya } 0 g LU N°z wv m Cad a g00 J a g— z �❑� ' ST P = 4.5+ 20 49 20 29 ST Qu = 25.7 118 18 ST P = 4.5+ ST P = 4.5+ SS N=28 ST P = 4.5+ 15 45 16 29 ST P = 4.5+ FIGURE 4 Bllerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Villaue Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3118122 COMPLETED 3/18122 DRILLING METHOD Continuous Flight Auaer NOTES MATERIAL DESCRIPTION Dark brown sandy clay Reddish brown and brown sandy clay Tan sandy clay Light brown and gray clay Light brown clay Bottom of hole at 20 feet. BORING NUMBER B- 4 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Villaae Creek Ft. Worth. TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- AT-"ERBERG z � ° m w e IMITE w _ p LL C c W r J .CN F- Z}ry F- F 'LL F OJ Z U o.� OU CaOn d �F �� Q �Z �L� Yw m =F a Q Q U JF- g- J rL �— W z �6a zF^a:aaa o a LL 1 ST P=4.5+ ST P = 4.5+ 11 38 I 14 24 ST Qu = 12.5 120 10 ST P = 4.5+ ST P = 4.5+ ST P = 4.5 ST P = 4.5+ 18 55 21 34 FIGURE 5 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek, LLC PROJECT NUMBER PV226602 DATE STARTED 3/18122 COMPLETED 3/18122 DRILLING METHOD Continuous Flight Auger NOTES U a a0 Uj ¢ ❑ c� 0 MATERIAL DESCRIPTION Dark brown clayey sand Light brown sandy clay Reddish brown, brown and gray sandy clay Reddish brown and brown sandy clay Brown sandy clay Reddish brown sand ..o - with gravel i . 20 Bottom of hole at 20 feet. BORING NUMBER B- 5 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Vlllaue Creek Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- 3 w N _ AT-"ERBERG z a ° m ul o IMIT� 'W J& ZH a �W ❑, �� U z D� o �Yo > �o a g �z W � �..�❑ ❑ 0 a g— z zFaL0 0� a LL AST P = 4.5+ 8 25 11 14 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ 12 32 12 20 ST P = 4.5 ST P = 3.0 18 41 15 26 SS N=75 FIGURE 6 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek, LLC PROJECT NUMBER PV226602 DATE STARTED 3118122 COMPLETED 3118122 DRILLING METHOD Continuous Fliaht Auaer NOTES V a a0 o � 0 MATERIAL DESCRIPTION Tan and brown sandy clay Dark brown sandy clay Tan sandy clay Gray sandy shale 20 Bottom of hole at 20 feet. BORING NUMBER B- 6 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Villaae Creek Ft. Worth. TX GROUND ELEVATION NIA GROUND WATER LEVELS: Q AT TIME OF DRILLING 19.0 ft TAT END OF DRILLING 19.0 ft AFTER DRILLING --- WcFJq- A�T-E�gR�BER�G m W o W U- QL�O D ZQ ON� CyydO4 rOZ (jJ ❑ Z (Z n WL60deb .�O❑ 0 ]m6H a a Ct oC3W a LL ' ST P = 4.5+ 13 27 13 14 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 1.5 X SS N=5012.0" FIGURE 7 Elie rbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek. LLC PROJECT NUMBER _iPV226602 DATE STARTED 3/18/22 COMPLETED 3118122 DRILLING METHOD Continuous Fliaht Auger NOTES U 4 0 4 W � ❑ 0 0 MATERIAL DESCRIPTION Reddish brown sandy clay Tan and reddish brown sandy clay Tan and reddish brown clayey sand Tan sandy clay Bottom of hole at 20 feet. BORING NUMBER B- 7 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Village Creek Ft. Worth. TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- 10 LU AT--ERBERG CL m o U w o _[MIT:. w z LU Ojasr 1 GJ o d m = 0 zd ❑ z Z z r n: Ir c3 I 4 LL 1 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ 8 34 16 18 ST P = 4.5+ ST P = 4.5+ SS N = 12 10 23 14 9 SS N = 19 14 37 17 20 FIGURE 8 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3118122 COMPLETED 3/18/22 DRILLING METHOD Continuous Fliaht Auaer NOTES U a a0 Q � C9 0 MATERIAL DESCRIPTION Brown clayey sand Reddish brown sandy clay Tan and brown sandy clay Bottom of hole at 20 feet. BORING NUMBER B- 8 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pymt. Recs. PROJECT LOCATION Parks of Vlllane Creek Ft. Worth. TX GROUND ELEVATION N/A GROUNDWATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- , AT—ERBERG m o ii w o -iMITF w z o _ J NU} C y Q !J}� �~ ~~ U O° 30� c arl r Oz (� CO� g �❑ z cq Q m C )� Q cn �a ❑ 0 J J J a g— W z z aLaof a � ST P = 4.5+ 14 24 14 10 ST P = 4,5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5 17 35 14 21 ST P = 4.5+ FIGURE 9 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek, LLC PROJECT NUMBER PV226602 DATE STARTED 3118/22 COMPLETED 3118/22 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Reddish brown and brown clayey sand Dark brown clayey sand Tan sandy clay Reddish brown and brown sandy clay - with gravel 20 Gray sandy shale Bottom of hole at 20 feet. BORING NUMBER B- 9 PAGE 1 OF 1 PROJECT NAME Prelim Inary Report and Pvmt Recs. PROJECT LOCATION Parks of Village Creek Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: -VAT TIME OF DRILLING 13.0 ft TAT END OF DRILLING 110 ft AFTER DRILLING — 0 wa AT-ERBERG IMITS w L.L Of yyr z O LL C LL1 0 CFE F z� D~ Hw ❑F OF F U do cn a�c� ❑ U a g z zFa�p� ST P=4.5+ ST P = 4.5+ 10 24 12 12 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ SS N=40 SS N = 501&0" FIGURE 10 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Villaae Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3118122 COMPLETED 3/18122 DRILLING METHOD Continuous Fllaht Auaer NOTES MATERIAL DESCRIPTION Light brown sandy clay Light brown and gray sandy clay - with sandstone fragments at 8 ft. Reddish brown sandy clay - with gravel Light gray cemented sand - with sandy clay 20 Bottom of hole at 20 feet. BORING NUMBER B-10 PAGE 1 OF 1 PROJECT NAME Prelim Ina ry Report and Pvmt. Recs. PROJECT LOCATION Parks of Villaae Creek Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: Q AT TIME OF DRILLING 14.0 ft 1 AT END OF DRILLING 18.0 ft AFTER DRILLING — w 3 ATTERBERG z m L� o LIMIT CD U— j U z Qo O~ ~~ 0�5 o a`�iYa } Oz �O U J �z w m ��a 3❑G o a z ss N=10 SS N = 5 ST P = 4.5+ ST P = 4.5+ 15 33 13 20 ST P = 4.5+ SS N = 16 15 SS N = 5013.0" FIGURE 11 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3/18122 COMPLETED 3118122 DRILLING METHOD Continuous Flight Auger NOTES MATERIAL DESCRIPTION Reddish brown and brown sandy clay Tan and gray clay Bottom of hole at 20 feet. BORING NUMBER B-11 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Village Creek Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING - - W o AT"ERBERG 0 W o_ _IMITS W o LL c W �Q_N$ J F z� Z)� Hz C) OF z Oo 5 n_a �� 0.5 = O d Y m_Fa.. �+ Oz O J J g J �C) z — U) W cn [f O U a z Z-dC�CfC d LL 1 ST P = 4.5+ 8 34 12 22 ST P = 4,5+ ST P = 4.5+ 12 38 13 25 ST P = 4.5+ ST P = 4.5+ ST P = 4.5 ST P = 4.5 20 48 21 27 FIGURE 12 Bllerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Village Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3118122 COMPLETED 3118122 DRILLING METHOD Continuous Fllsaht Auger NOTES MATERIAL DESCRIPTION Reddish brown sandy clay Tan and reddish brown sandy clay Tan and gray clay Bottom of hole at 20 feet. BORING NUMBER B-12 PAGE 1 OF 1 PROJECT NAIVE Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Villacae Creek Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: Q AT TIME OF DRILLING 17.0 ft TAT END OF DRILLING 17.0 ft AFTER DRILLING ••- 0 AT"-ERBERG ti W o _IMITS H 0ti W rQ�- � z I-W o� 0 z pZ _ 3� �O N o G1YQ i`n 9 CL � O A �0 U JJ CL z g W z z f-- a a! C� CL i 1 ST P=4.5+ ST P = 4.5+ 15 43 17 26 ST P = 4.5+ ST P = 4.5+ 11 31 12 19 ST P = 4.5+ ST P = 4.5+ 18 53 20 33 ST P = 4.5+ FIGURE 13 Bllerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Villaae Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3118122 COMPLETED 3/18/22 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Reddish brown clayey sand Tan and reddish brown sandy clay Tan and brown clay - with calcareous particles zu Tan cemented sand Bottom of hole at 20 feet. BORING NUMBER B-13 PAGE 1 OF 1 PROJECT NAME Prellminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Villane Creek Ft. Worth,,TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING 19.0 ft 1 AT END OF DRILLING 19.0 ft AFTER DRILLING --- w AT-ERBERG z �� w o _IMITS w z O LL �Cy% o _ W � C N H jv F Z :o W U_ �tz FI— - Yx c..i W L!J Z Oe 0.6C 0 r 0o � a- 3 �z w m .S U) C! ❑ V a Z zFaWOE a. LL ' ST P = 4.5+ 9 20 10 10 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ 19 44 21 23 XSS N=5013.0" FIGURE 14 EIlerbee-Waiczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Villaae Creek. LLC PROJECT NUMBER PV226602 DATE STARTED 3118122 COMPLETED 3118122 DRILLING METHOD Continuous Flight Auger NOTES MATERIAL DESCRIPTION Red sandy clay Tan and reddish brown sandy clay Tan and brown sandy clay Tan and reddish brown sandy clay Tan sandy clay Tan clay Bottom of hole at 20 feet. BORING NUMBER B-14 PAGE 1 OF i PROJECT NAME Preliminary ReDOrt and Pvmt. Recs. PROJECT LOCATION Parks of Villaue Creek Ft. Worth. TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- w '" o AT--ERBERG m W o -IMIT� w W Q. y Q� Z ri P V X O o oYa r L� Oz � a g Nz ❑ 20 J wv m ��CL �a ❑ a z z�a�CJ(r CL ' ST P = 4.5+ 14 33 16 17 ST P = 4.5+ 11 40 19 21 ST P = 4.5+ 15 33 16 17 ST P = 4.5+ ST P = 4.5+ 11 32 15 17 ST P = 2.0 ST P = 4.5+ FIGURE 15 EIlerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Parks of Viilane Creek, LLC PROJECT NUMBER PV226602 DATE STARTED 3118/22 COMPLETED 3118122 DRILLING METHOD Continuous Flight Auger NOTES MATERIAL DESCRIPTION Brown sandy clay Tan and reddish brown silty clay Tan clayey sand Tan and gray clay Bottom of hale at 20 feet. BORING NUMBER B-15 PAGE 1 OF 1 PROJECT NAME Preliminary Report and Pvmt. Recs. PROJECT LOCATION Parks of Villaqe Creek Ft. Worth, TX GROUND ELEVATION NA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING -- o AT-'ERBERG z m W IMIT� w F c � Jai � Z �jW U � na O o Q d R b >- � z i CZ O'D J g J z W C cA . �0 o U a �— Z z�-:an�r3Ir a LL 1 ST P=4.5+ ST P = 4.5+ ST P = 4.5+ 13 43 16 27 ST P = 4.5+ ST P = 4.5+ ST P = 2.0 16 21 10 11 ST P = 4.5+ 18 56 21 35 FIGURE 16 SOIL CLASSIFICATION CHART MAJOR DIVISIONS SYMBOLS GRAPH I LETTER COARSE GRAINED SOILS MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE FINE GRAINED SOILS .- - • CLEAN ���M GW AND GRAVEL GRAVELS GRAVELLY o SOILS (LITTLE OR NO FINES) �c p�o DC GP 'aC)oO0 GRAVELS WITH j �° �'I MORE THAN 50% FINES o 0 c D �j GM OF COARSE �O oO FRACTION RETAINED ON NO, 4 SIEVE (APPRECIABLE GC AMOUNT OF FINES) SAND CLEAN SANDS SW AND :••••'.... SANDY SOILS (LITTLE OR NO FINES) SP SANDS WITH SM MORE THAN 50% FINES OF COARSE FRACTION PASSING ON NO. 4 SIEVE (APPRECIABLE AMOUNT OF FINES) SC ML .. SILTS LIQUID LIMIT CLAYS AND LESS THAN 50 CL OL MORE THAN 50% OF MATERIAL IS MH SMALLER THAN NO, 200 SIEVE SIZE SILTS LIQUID LIMITAND / / CH GREATER THAN 50 CLAYS OH HIGHLY ORGANIC SOILS PT NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS TYPICAL DESCRIPTIONS WELL -GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES POORLY -GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES CLAYEY GRAVELS, GRAVEL- SAND - CLAY MIXTURES WELL -GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES POORLY -GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES SILTY SANDS, SAND - SILT MIXTURES CLAYEY SANDS, SAND - CLAY MIXTURES INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS INORGANIC CLAYS OF HIGH PLASTICITY ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY. ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS Figure 17 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Parks of Village Creek (Collector) Route: Location: Fast Worth, TX Owner/Agency: Design Engineer: Rigid Pavement Design/Evaluation Concrete Thickness 7.66 inches Load Transfer Coefficient Total Rigid ESALs 3,006,302 Modulus of Subgrade Reaction Reliability 85,00 percent Drainage Coefficient Overall Standard Deviation 0.39 Initial Serviceability Flexural Strength 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subgrade Reactlon k valuel Determination Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 0 Depth to Rigid Foundation 0.00 Loss of Support value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 230 psilln. 3.00 230 psitin. 1.00 4.50 2.25 Tuesday, April 12, 2022 3:33:15PM Engineer: EWI Rigid Design Inputs Project Name: Route: Location: Owner/Agency: Design Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Perks of Village Creek (Residential) Fort Worth, TX Rigid Pavement Design/Evaluation Concrete Thickness 5.67 inches Load Transfer Coefficient Total Rigid ESALs 625,000 Modulus of Subgrade Reaction Reliability 85.00 percent Drainage Coefficient Overall Standard Deviation 0.39 Initial Serviceability Flexural Strength 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 pal Modulus of Subgrade Resctlon Ik-valuel Determination Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 0 Depth to Rigid Foundation 0.00 Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 230 psilin. 3.00 230 psi/in. 1.00 4.50 2.25 Tuesday, April 12,2022 3:28:16PM Engineer: EWI GC-6.09 Permits & Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105369 Revised July 1, 2011 8'-0" MAX ` DRIPLINE (VARIES) FENCE LOCATION (LIMITS OF CRITICAL ROOT ZONE) Iz tomi6wao 'no INSTALL 2" X 4" BOARDS TO PROTECT TRUNK WHEN FENCE IS INSTALLED CLOSER THANK 5' TO TRUNK 6' - 0" HT. METAL T POST GALVANIZED CHAIN LINK FENCE A 6'-0" Z9 INDIVIDUAL TREE PROTECTION TREE PROTECTION DETAILS NTS FORT WORTH ETJ CITY OF FORT WORTH TICAL ROOT ZONE TREE PROTECTION FENCE NOTES: P LINE 1. CHAIN LINK FENCE TO BE 12 GAUGE, WITH 1%" DIAMETER SCHEDULE 20 =E PROTECTION FENCE POSTS AT 8'-0" O.0 MAX 2. NO EXISTING TREES DESIGNATED FOR REMOVAL. 3. PROTECT ALL INDIVIDUAL TREES OR GROWTH OF TREES TO BE PRESERVED BY ERECTING A BARRIER AROUND EACH TREE OR GROUP OF TREES. 4. INSTALL AND MAINTAIN BARRIER AT TREE DRIP LINE. BARRIER SHALL REMAIN IN PLACE UNTIL REMOVAL IS NECESSARY. 5. IN THE EVENT OF HEAVY CONSTRUCTION IS SCHEDULED TO OCCUR WITHIN THE DRIP LINE OF AN EXISTING TREE, CONTRACTOR SHALL ERECT A PROTECTION FENCE OUTSIDE OF THE DRIP LINE UNTIL CONSTRUCTION IS SCHEDULED TO OCCUR, THE PROTECTION FENCE MAY THEN BE ADJUSTED AS REQUIRED TO COMPLETE THE PROPOSED CONSTRUCTION. AFTER CONSTRUCTION IN THIS AREA IS COMPLETED, THE PROTECTION FENCE SHALL BE ADJUSTED TO ITS ORIGINAL LOCATION. 6. CONTRACTOR SHALL NOT PARK, CLEAN TOOL AND EQUIPMENTS OR STORE MATERIALS WITHIN THE DRIP LINE OF ANY TREE. 7. ALL ROOTS OVER 1" IN DIAMETER SHALL BE CUT CLEAN BY A HAND SAW. EXISTNG TREE LEGEND SQUARE FEET ACRES CA N O P Y A R EA 546,994 12.56 CANOPY PRESERVED 446,147 10.24 CANOPY REMOVED 100,847 2.32 0 TREE PROTECTION METHOD 'A'(TOTAL FOR PROJECT) NET URBAN FORESTRY AREA SQUARE FEET ACRES GROSS AREA OF PROPERTY 41429,894 101.70 RIGHT-OF-WAY 510,254 11.71 UTILITY EASEMENTS 344,017 7.90 NET URBAN FORESTRY AREA 3,575,623 82.09 REQUIRED CANOPY COVERAGE SQUARE FEET ACRES NET URBAN FORESTRY AREA 3,575,623 82.09 CANOPY COVERAGE REQUIREMENT 25% (New Subdivision) MINIMUM REQUIRED COVERAGE FOR SITE 893,905.73 20.52 PRESERVATION/ RETENTION OF EXISTING CANOPY SQUARE FEET ACRES EXISTING TREE CANOPY AREA 546,994 12.56 PRESERVATION REQUIRMENT PERCENTAGE 25% PRESERVATION REQUIREMENT 136,749 3.14 PRESERVATIONS AND PLANTING SQUARE FEET ACRES AREA OF EXISTING CANOPY PRESERVED 446,147 10.24 SIGNIFICANT TREES INCHES (DBH) CANOPY (SQ FT) ALL POST OAKS/BLACKJACK OAKS 3,030 121,467 ALL OTHER SIGNIFICANTTREES 312 8,483 PRESEVERED 2,948 115,591 TO BE REMOVED 394 14,359 SIGNIFICANTTREE REMOVAL MITIGATION PLANT 5X THE CANOPY 71,793 PAYMENT($300 PER INCH) N/A VARIABLLM WIDTH DRAINAGE EASEMENT NEW TREE PLANTING SQUARE FEET ACRES TOTAL REQUIRED CANOPY COVERAGE 965,699 22.17 TOTAL EXISTING CANOPY PRESERVED 446,147 10.24 SIGNIFICANTTREE PRESERVATION CREDIT 57,795 1.33 REQUIRED NEW TREE COVERAGE 461,756 10.60 199 LARGE CANOPYTREES (2000SF) 398,000 9.14 74 MEDIUM CANOPY TREES (700 SF) 51,800 1.19 125 SMALL CANOPY TREES (100SF) 12,500 0.29 TOTAL PLANTING 462,300 10.61 TWO TREES SHALL BE PLANTED PER LOTTO REDUCE THE REQUIRED CANOPY COVERAGE FOR A NEW SINGLE FAMILY SUBDIVISION FROM 40%TO 25% IVIUUMINUMMU L/HINt I - F7 J - 1 El �I'IIIIIIII = VICINITY MAP N NOT TO SCALE LEGEND PROJECT BOUNDARY EXISTING TREE CANOPY PRESERVED EXISTING TREE CANOPY REMOVED EXISTING TREE CANOPY ROW EXISTING TREE CANOPY IN PERMANENT UTILITY EASEMENT SIGNIFICANT TREE TO BE REMOVED CHAINLINK FENCE SHI LD ENGINEERING GROUP TBPE FIRM #F-11039 •TBPLS FIRM #10193890 N 0 150 300 450 GRAPHIC SCALE IN FEET CITY OF FORT WORTH, TEXAS PARKS OF VILLAGE CREEK OWNER/DEVELOPER URBAN FORESTRY EXHIBIT PARKS OF VILLAGE CREEK, LLC 311 UNIVERSITY DRIVE, SUITE 101 FORT WORTH, TX 76107 DESIGNED: SJM 817-377-2900 DRAWN: SJM PHASE 1 SCALE: DATE: SHEET: 1" = 150' APR 2024 1 OF 3 W LjI U w Q J J_ LL O V ry Q n COPYRIGHT ©2023 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 1'9i 1i 8'-0" MAX DRIPLINE (VARIES) FENCE LOCATION (LIMITS OF CRITICAL ROOT ZONE) � II INSTALL 2" X 4" BOARDS TO PROTECT TRUNK WHEN FENCE IS INSTALLED CLOSER THANK 5' TO TRUNK 6' - 0" HT. METAL T POST GALVANIZED CHAIN LINK FENCE A 6'-0" 0'-6" Z9 INDIVIDUAL TREE PROTECTION TREE PROTECTION DETAILS NTS FORT WORTH ETJ CITY OF FORT WORTH "TICAL ROOT ZONE TREE PROTECTION FENCE NOTES: P LINE 1. CHAIN LINK FENCE TO BE 12 GAUGE, WITH 15/%" DIAMETER SCHEDULE 20 =E PROTECTION FENCE POSTS AT 8'-0" O.0 MAX 2. NO EXISTING TREES DESIGNATED FOR REMOVAL. 3. PROTECT ALL INDIVIDUAL TREES OR GROWTH OF TREES TO BE PRESERVED BY ERECTING A BARRIER AROUND EACH TREE OR GROUP OF TREES. 4. INSTALL AND MAINTAIN BARRIER AT TREE DRIP LINE. BARRIER SHALL REMAIN IN PLACE UNTIL REMOVAL IS NECESSARY. 5. IN THE EVENT OF HEAVY CONSTRUCTION IS SCHEDULED TO OCCUR WITHIN THE DRIP LINE OF AN EXISTING TREE, CONTRACTOR SHALL ERECT A PROTECTION FENCE OUTSIDE OF THE DRIP LINE UNTIL CONSTRUCTION IS SCHEDULED TO OCCUR, THE PROTECTION FENCE MAY THEN BE ADJUSTED AS REQUIRED TO COMPLETE THE PROPOSED CONSTRUCTION. AFTER CONSTRUCTION IN THIS AREA IS COMPLETED, THE PROTECTION FENCE SHALL BE ADJUSTED TO ITS ORIGINAL LOCATION. 6. CONTRACTOR SHALL NOT PARK, CLEAN TOOL AND EQUIPMENTS OR STORE MATERIALS WITHIN THE DRIP LINE OF ANY TREE. 7. ALL ROOTS OVER 1" IN DIAMETER SHALL BE CUT CLEAN BY A HAND SAW. EXISTNG TREE LEGEND SQUARE FEET ACRES CA N O P Y A R EA 546,994 12.56 CANOPY PRESERVED 446,147 10.24 CANOPY REMOVED 100,847 2.32 FM 1187 :II _ 23034 - - 'r--------------- -----------�--- -- - 23033 7 20' UTILITY EAS E M E N - 230338 - 30'.E - - - - -� 230339 230340 ' 2303�3 A 230341 ' - - - - - - - - - C 2303521 1 90001 I I -------------------------- II II TR E PROTECTION/ q METHOD 'A'(TOTAL FOR PROJECT) NET URBAN FORESTRY AREA SQUARE FEET ACRES GROSS AREA OF PROPERTY 4,429,894 101.70 RIGHT-OF-WAY 510,254 11.71 UTILITY EASEMENTS 344,017 7.90 NET URBAN FORESTRY AREA 3,575,623 82.09 REQUIRED CANOPY COVERAGE SQUARE FEET ACRES NET URBAN FORESTRY AREA 3,575,623 82.09 CANOPY COVERAGE REQUIREMENT 25% (New Subdivision) MINIMUM REQUIRED COVERAGE FOR SITE 893,905.73 20.52 PRESERVATION/ RETENTION OF EXISTING CANOPY SQUARE FEET ACRES EXISTING TREE CANOPY AREA 546,994 12.56 PRESERVATION REQUIRMENT PERCENTAGE 25% PRESERVATION REQUIREMENT 136,749 3.14 PRESERVATIONS AND PLANTING SQUARE FEET ACRES AREA OF EXISTING CANOPY PRESERVED 446,147 10.24 SIGNIFICANT TREES INCHES (DBH) CANOPY (SQ FT) ALL POST OAKS/BLACKJACK OAKS 3,030 121,467 ALL OTHER SIGN IFICANTTREES 312 8,483 PRESEVERED 2,948 115,591 TO BE REMOVED 394 14,359 SIGNIFICANT TREE REMOVAL MITIGATION PLANT 5X THE CANOPY 71,793 PAYMENT($300 PER INCH) N/A �n - ' HERON CREEK DR. i / I LJ i I 90003 /Z! - - - ' 30' SS EASEMENT /-' II �J 1 � I �* *,�-, 90007 SPARROW CREEK DR. -- --- * , I ri I 0 1 II II I� z IIO I II II II � IIO I L - w ICI �J A—i I JAY CREEK DR. U Al ri I II II U I II Ij Ilu I I I II ^ -FINCH CREEK DR. -- - - --- --- =--_ II * II VARIABLE 230170 230200 WIDTH 230171 230194 DRAINAGE 230175 230196 230197 EASEMENT 230374 a NEW TREE PLANTING SQUARE FEET ACRES TOTAL REQUIRED CANOPY COVERAGE 965,699 22.17 TOTAL EXISTING CANOPY PRESERVED 446,147 10.24 SIGNIFICANTTREE PRESERVATION CREDIT 57,795 1.33 REQUIRED NEW TREE COVERAGE 461,756 10.60 199 LARGE CANOPY TREES (2000 SF) 398,000 9.14 74 MEDIUM CANOPYTREES (700SF) 51,800 1.19 125 SMALL CANOPY TREES (100SF) 12,500 0.29 TOTAL PLANTING 462,300 10.61 TWO TREES SHALL BE PLANTED PER LOTTO REDUCE THE REQUIRED CANOPY COVERAGE FORA NEW SINGLE FAMILY SUBDIVISION FROM40%TO 25% I►1l lffliCll111101L%7.1l.i•»AIII•IN OWNER/DEVELOPER PARKS OF VILLAGE CREEK, LLC 311 UNIVERSITY DRIVE, SUITE 101 FORT WORTH, TX 76107 817-377-2900 P VICINITY MAP NOT TO SCALE LEGEND PROJECT BOUNDARY EXISTING TREE CANOPY PRESERVED EXISTING TREE CANOPY REMOVED EXISTING TREE CANOPY ROW EXISTING TREE CANOPY IN PERMANENT UTILITY EASEMENT SIGNIFICANT TREE TO BE REMOVED LOTS TO INCLUDE MEDIUM CANOPY TREE IN -LIEU OF SMALL CANOPY TREE CHAINLINK FENCE 64-0W 6004,,• 600*.,. SHI LD ENGINEERING GROUP TBPE FIRM #F-11039 •TBPLS FIRM #10193890 N 0 150 300 450 GRAPHIC SCALE IN FEET CITY OF FORT WORTH, TEXAS PARKS OF VILLAGE CREEK URBAN FORESTRY EXHIBIT PHASE 2 DESIGNED: SJM SCALE: DATE: SHEET: DRAWN: SJM 1" = 150' APR 2024 2 OF 3 W w U w J J_ LL O Q n COPYRIGHT ©2023 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 SIGNIFICANT TREE LEGEND (27+ DIAMETER & 18+ DIAMETER OAKS) SIGNIFICANT TREE LEGEND (27+ DIAMETER & 18+ DIAMETER OAKS) TREE NO. DIAMETER (IN) TYPE CANOPY CANOPY (SF) REMOVED/PRESERVED TREE NO. DIAMETER (IN) TYPE CANOPY CANOPY (SF) RADIUS (FT) RADIUS (FT) 230011 24 POST OAK 20 1257 REMOVED 230332 18 POST OAK 17.5 962 230028 30 POST OAK 20 1257 REMOVED 230333 18 POST OAK 17.5 962 230040 30 POST OAK 25 1963 REMOVED 230334 18 POST OAK 17.5 962 230170 48 POST OAK 25 1963 REMOVED 230335 24 POST OAK 17.5 962 230171 36 POST OAK 25 1963 REMOVED 230336 24 POST OAK 17.5 962 230175 36 POST OAK 22.5 1590 REMOVED 230337 36 POST OAK 17.5 962 230194 50 BOIS-D-ARC 25 1963 REMOVED 230338 24 POST OAK 17.5 962 230196 36 POST OAK 25 1963 REMOVED 230339 18 POST OAK 17.5 962 230197 36 POST OAK 22.5 1590 REMOVED 230340 40 POST OAK 27.5 2376 230199 48 POST OAK 25 1963 REMOVED 230341 18 POST OAK 27.5 2376 230200 48 POST OAK 25 1963 REMOVED 230342 24 POST OAK 12.5 491 230220 18 POSTOAK 25 1963 PRESERVED 230343 48 POST OAK 22.5 1590 230221 40 POSTOAK 25 1963 PRESERVED 230344 18 POST OAK 17.5 962 230222 18 POSTOAK 25 1963 PRESERVED 230345 24 POST OAK 17.5 962 230223 38 POSTOAK 25 1963 PRESERVED 230346 18 POST OAK 17.5 962 230224 48 ELM 25 1963 PRESERVED 230347 18 POST OAK 17.5 962 230227 18 POSTOAK 17.5 962 PRESERVED 230348 36 POST OAK 25 1963 230230 18 POSTOAK 17.5 962 PRESERVED 230349 48 POST OAK 30 2827 230243 30 POSTOAK 20 1257 PRESERVED 230350 36 POST OAK 17.5 962 230244 26 POSTOAK 20 1257 PRESERVED 230352 36 BOIS-D-ARC 20 1257 230250 18 POSTOAK 15 707 PRESERVED 230353 18 POST OAK 20 1257 230251 46 POSTOAK 25 1963 PRESERVED 230354 48 POST OAK 20 1257 230355 48 POST OAK 20 1257 230252 18 POSTOAK 17.5 962 PRESERVED 230359 36 HACKBERRY 15 707 230253 18 POSTOAK 17.5 962 PRESERVED 230364 18 POST OAK 15 707 230254 18 POSTOAK 12.5 491 PRESERVED 230365 24 POST OAK 15 707 230255 18 POSTOAK 12.5 491 PRESERVED 230366 24 POST OAK 15 707 230256 22 POSTOAK 12.5 491 PRESERVED 230367 36 POST OAK 15 707 230258 18 POSTOAK 15 707 PRESERVED 230368 36 POST OAK 15 707 230259 18 POSTOAK 15 707 PRESERVED 230369 60 POST OAK 25 1963 230261 30 POSTOAK 20 1257 PRESERVED 230370 40 POST OAK 20 1257 230262 26 POSTOAK 20 1257 PRESERVED 230371 40 POST OAK 20 1257 230263 28 POSTOAK 20 1257 PRESERVED 230373 36 HACKBERRY 20 1257 230264 42 POSTOAK 25 1963 PRESERVED 230374 40 POST OAK 20 1257 230266 20 POSTOAK 20 1257 PRESERVED 90001 72 PECAN 20 1257 230267 20 POSTOAK 20 1257 PRESERVED 90003 18 POST OAK 8 201 230268 18 POSTOAK 20 1257 PRESERVED 90006 48 PECAN 12 452 230269 36 POSTOAK 20 1257 PRESERVED 90007 48 POST OAK 19 1134 230270 18 POSTOAK 20 1257 PRESERVED TOTALS 230271 30 POSTOAK 25 1963 PRESERVED 230272 24 POSTOAK 20 1257 PRESERVED Post Oak 3,030 121,467 230275 18 POSTOAK 17.5 962 PRESERVED Other 312 8,483 230276 18 POSTOAK 17.5 962 PRESERVED Total 3,342 129,950 230277 18 POSTOAK 17.5 962 PRESERVED Preserved 2948 115,591 230278 36 POSTOAK 27.5 2376 PRESERVED Removed 394 14,359 230279 36 POSTOAK 27.5 2376 PRESERVED 230280 24 POSTOAK 17.5 962 PRESERVED 230281 24 POSTOAK 22.5 1590 PRESERVED 230282 24 POSTOAK 12.5 491 PRESERVED 230283 18 POSTOAK 17.5 962 PRESERVED 230284 24 POSTOAK 17.5 962 PRESERVED 230285 48 POSTOAK 17.5 962 PRESERVED 230286 48 POSTOAK 17.5 962 PRESERVED 230287 48 POSTOAK 17.5 962 PRESERVED 230289 36 POSTOAK 17.5 962 PRESERVED 230292 18 POSTOAK 12.5 491 PRESERVED 230293 36 POSTOAK 22.5 1590 PRESERVED 230294 40 POSTOAK 22.5 1590 PRESERVED 230295 40 POSTOAK 22.5 1590 PRESERVED 230296 18 POSTOAK 12.5 491 PRESERVED 230297 18 POSTOAK 12.5 491 PRESERVED 230298 36 ELM 22.5 1590 PRESERVED 230299 18 POSTOAK 12.5 491 PRESERVED 230300 18 POSTOAK 12.5 491 PRESERVED 230301 18 POSTOAK 12.5 491 PRESERVED 230303 18 POSTOAK 12.5 491 PRESERVED 230304 24 POSTOAK 12.5 491 PRESERVED 230305 18 POSTOAK 12.5 491 PRESERVED 230306 18 POSTOAK 12.5 491 PRESERVED 230307 18 POSTOAK 12.5 491 PRESERVED 230308 18 POSTOAK 12.5 491 PRESERVED 230309 24 POSTOAK 17.5 962 PRESERVED 230310 24 POSTOAK 17.5 962 PRESERVED 230311 18 POSTOAK 17.5 962 PRESERVED 230312 18 POSTOAK 12.5 491 PRESERVED 230313 36 POSTOAK 12.5 491 PRESERVED 230314 36 POSTOAK 17.5 962 PRESERVED 230315 36 POSTOAK 17.5 962 PRESERVED 230316 24 POSTOAK 17.5 962 PRESERVED 230317 48 POSTOAK 27.5 2376 PRESERVED 230318 54 POSTOAK 17.5 962 PRESERVED 230319 20 POSTOAK 17.5 962 PRESERVED 230320 18 POSTOAK 17.5 962 PRESERVED 230321 36 POSTOAK 22.5 1590 PRESERVED 230322 36 POSTOAK 17.5 962 PRESERVED 230323 36 POSTOAK 17.5 962 PRESERVED 230324 18 POSTOAK 17.5 962 PRESERVED 230325 18 POSTOAK 17.5 962 PRESERVED 230326 18 POSTOAK 17.5 962 PRESERVED 230327 36 POSTOAK 17.5 962 PRESERVED 230328 36 POSTOAK 17.5 962 PRESERVED 230329 36 POSTOAK 17.5 962 PRESERVED 230330 18 POSTOAK 17.5 962 PRESERVED 230331 18 POSTOAK 17.5 962 PRESERVED REMOVED/PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED REMOVED REMOVED REMOVED REMOVED REMOVED PRESERVED REMOVED PRESERVED PRESERVED PRESERVED PRESERVED REMOVED PRESERVED PRESERVED REMOVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED PRESERVED REMOVED REMOVED REMOVED REMOVED REMOVED SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 •TBPLS FIRM #10193890 CITY OF FORT WORTH, TEXAS PARKS OF VILLAGE CREEK URBAN FORESTRY EXHIBIT DESIGNED: SJM DRAWN: SJM SCALE N.T.S. CALCS DATE: APR 2024 SHEET 3 OF 3 LLJ LLJ U rLLJ V Q J J_ LL O V ry Q n COPYRIGHT ©2023 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PARKS OF VILLAGE CREEK PHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105369 Revised July 1, 2011 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: November 6, 2024 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 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-R817S 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 (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (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 Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 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 Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" 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 AWWA 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 AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA 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- AWWA 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- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant 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 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I mde I Class AJSidewe�, ADA Ramps. Miveways.Curb/Gutter Median Pavement) 19/92022 03 30 OU Mirz Uea�gv Amencav Concrete Gmpany 30CAF029 3000 psi C-- for SWewalka & ADA Rasps 3-5" Slump; 3-6% Av 19/9/2022 03 30 00 Mu Design Argos D1000001U43S 3000 psi Concrete for Sidewalks, Cmbs 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Mu Design Argoe DIOOO0001055 3000 psi Gvcrete for Inlets, Jimaum Boxes, Manholes, Clumml L.crs, Sidewalks, Driveways, Curb & Gtter 3-5" Slump; 3-6%Av 16/24/2024 03 30 00 Mu Dlim Big Town Concrete 302050-1 3000 psi Concrete for Cmbs and Sidewalks 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Ma Desup Bumco Texas 30U1O1AG 3000 psi Concrete Mix for Flatwork 3-5" Slump; 3-6 Ai, 14/1202/ 03 30 00 Mu DIm Bumco Texas 30U500BG 3000gsi Concrete Mu for Sidewalks 3-5" Slump. 3-6%Air 19/92022 03 30 00 Mu Design Carder Concrete FWCC502001 3006 psi for Sidewalks, Driveways, Ramps, Curb &Gutter, Flatwork 3-5" Slump; 3-6% Au 19/92022 033000 00 Mi" Design Carder Concrete FWCC502021 3500 psi cevcrele fr Sidewalks, Driveways, Ramps, Grb &Gner 3-5" Slump. 36%Air 19/92022 03 30 00 Mu Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 3-5" Slump; 3fi% At, 11/92022 03 30 00 M& Design Char)ey Gncde 4502 30001, Concrete Mix fr Sidewalks 3-5" Slump, 36%Air 19/9/2022 03 30 00 Mu Design Chisholm TraO Redi Mu C13020AE 3000 psi Concrete for Driveways, Curb &Gutter 3-5" Slump; 4.5-7.5%Ai, 19/9/2022 033000 M&Design City Concrete Comppny 30HA20R 3000mi Concreu MLxfr Bloc° Sidewalks, Flml .&, Pads 3-5"Stamp, 36%Ah 19/92022 03 30 00 Mu Design Cow Town Redi Min 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retammg Walls 3-5" Slump; 36%An 19/92022 03 30 00 Mu Desigp Cow Town R.& Mix 250 3000 pal Concrete Mu for Sidewalks, Dfi,,, s, ADA Ramps 3-5" Slump, 36% Air 19/92022 03 30 00 Mu Design Cow Town Redi Mu 350 3000 psYi Concrete Mu for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36%Air 1129/2-4 03 30 00 Mu Des Estrada Ready\Min R3050AEWR 5.00 Sacks / 3,000 Concrete for Sidewalks, Ramt�@ Inlets, and Manholes 3-5" Slump, 36%Air 19/92022 03 30 00 Mu Design GCH Conaere Jervices GCH4000 4000 psi Concrete f'or3or Sidewalks, Ramps, Headwalls, lvlets, and Storm Dram Structures 3-5" Slump; 3h% Av 19/92022 033000 Mu Des Holcim-SOR, Inc. 1261 3000 pj Concrete Mu for Sidewalks 3-5"SlumpAi, 19/23/2024 03 30 00 Mu Design Holcim - SGR, fc. 5177 3000 ps\i Concrete Ma for Sidewalks, Curbs and Gutters 3-5" Slump; 36%Air 19/92022 03 30 00 Mu Design Holcim - SOR, fc 5409 4000 psi Concrete Mu for Sidewalks, Inlets 3-5" Slump, 3-6%Ah 19/92022 033000 Ma Desum Ingram Gnaae&Aggregates 2MWR-147QW5D5 3000 psi Cmu ee Mu for Sid-11., ADA Rump s 3-5"Slump; 3-6%Au 19/9/2022 03 30 00 Mu Design lil�am Conad, & Aggregates 2MWR-70123504 3000 si Comae for Sidewalks, ADA Ramps 3-5., Slump, 3-6%Ah 14/72023 03 30 00 Ma Design Liquid Smve C301D 3,OOt�psi Concrete for Sidewalks, Approaches, and Driveways. 3-5" Slump; 3fi% Ai, 19/92022 033000 3 30 00 Mu Design Marlin Marietta R2136214 3,000 psi Concrete f Sidewalks & Ramps 3-5" Slump. 3-6 Air 19/92022 03 30 00 Ma Desup Marts M—mi R2136014 3,000 psr Concrete for Sidm, , & Ramps 3-5" Slump; 3fi% Air 14/12023 03 30 00 Mu Design Marlin Marietta R2136N14 5.00 sacks / 3,000 q i cencrele for Sidewalks 3-5" Slump. 36%Air 16/12023 03 30 00 Ma Design Mart. Manatu R2136R20 3,000 psr Gvcrete I r Sidewalks and Ramps 3-5" Slump; 3fi% At, 16/12023 03 30 00 M& Design Marlin Marietta R2136420 3,000 pei Concrete fr Sidewalks and Rum' 3-5" Slump, 3-6 Ah 1112/2022 03 30 00 Ma Design Mart. M— R2141K24 4,000 psr Concrete for Junction Boxes, Sidewakl s and Ramps 3-5" Slump; 36% Ai 14/7/2023 03 30 00 M. Desigp Marlin Marietta R2136K14 3,000 psi concede for sidewalks and ramps 3-5" Slam,, 36%Air 19/9/2022 03 30 00 Ma Destgo Matm Manab R2131314 3,000 psr Gvcrete for Sidewalks & Ramps 3-5" Slump; 3fi% Air 19/92022 03 30 00 Mu D"jim Marlin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump, 36%Au 19/92022 03 30 00 Mu Design M.Mummy D9490SC 3,000 psr Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5%Air 110/42023 03 30 00 Mu Des NB R Ready M, CC S A-YY 5.00 Sacks / 3,000 4 Concrete for Sidewalks & Ramps, and Cuff & Gtter 3-5" Slump, 36%Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A -NY 5 00 Sacks / 3,000 N Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 36%Air 17/10/2023 033000 3 30 00 Mu Desgg Oabum 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump, 36%Air 11/18/2023 033000 Mu Design Rupjjid Redi Mu RRM5020A 3000 Ni C-- for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5"Sfmp; 36%Aa Mu I�@ 3-6% Au 3 30 00 19/920223 033000 Mu Desi�gi RerL-M ]Oh11504A 6 000Sa ks 14,000 ps Concrete Ma for Sidewallcsurb & Gu�r, Sewerlvlanhole, Inlets, & luncMn Boxes 3-5" Slump; 3 6% Au 19/9/2022 033000 Mu Design Redi-Mis ]0J11524 3000 psi Concrete Mu for Dtiv a Sidewalks, ADA Ramps 3-5"Slump. 3-6%Av 19/92022 03 30 00 Ma Design Redi-Mu VOJI1524 3000 psr CmuaG Mu for Curb & (iu. 3-5" Slump; 3-6%Au 110/24/2024 03300 0 Mu Design SRM Concrete 30150 3000 psi Concrde for Sidewalks & ADA Ramos 3-5" Slump. 36% Av 110242024 03 30 00 Ma Desrgv SRM Concrete 30350 3000 psi Concrete fr Sidewalks &ADA Ramps 3-5" Slump; 3-6%Air 110/18/2024 033000 3 30 00 Mix Design SRM Concrete 30050 3000 psi Cmm,— for Sidewalks, Ramps, (lets, Junction Boxes, Thrust Blocks, Cuff and Gner, Driveways, Barrier Ramp 3-5" Slump, 3-%- 19/92022 03 30 00 Mu Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gttcr, Driveways, Sidewalks, ADA Bumps 3-5 Slump; Slump; 3-6% Air 19/9/2022 033000 Mi. Design Tarrant Gvcrete CP5020A 3000 psi C—Mix fr C-and Gner 3-5"Slump. 36%Air 110/102022 03 30 00 Mu Design Tarrant Concrete TCFW5020A 3000 psi Concrete fin Sidewalks Sidalks 3-5" Slump; 3-6% At, 19/92022 03 30 00 Mu Design Tamest Concrete FW5525A2 3600,ui Concrete Mi. for Sidewalks, Drive Approaches, ADA Ramp, Cuff and Gner 3-5" Slump, 3-6 Air 19/92022 03 30 00 Mu Design Timi Ready Mix 3020AE 3000 ps`i Concrete fm Sidewalks 3-5" Slump; 3-6% 'Ai' 19/9/2022 03 30 00 Mu Design True Gm R.& Mu 0250.230 3000 psi Concrete btu' for FJanvork, Cmb & Gner, Drivewayf, Sidewalks, ADA Ramps 3-5" Slump, 36% Au 19/9/2022 Mn Desl�l Tme Grit R.& Ma 0250.2301 3000 psi Concrete Mu fr Cufi & Dim , Driveways, Sidewalks, ADA Ramps 3-5" Sfmp, 36% Ai, y033000� 1 Clues CBMen6 oles, Sanction Boxes �'ncsseme JovclretefCompavy- Lit ors) 19/9/2022 03 30 00 h4uc Design Amencav i, 40CNF065 4000 psi Concrete for Manholes & Utility Structures 3-5" Slump; 0-3 % Au 19/92022 03 3000 Mu Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Block° 3-5" Slump. 3-6%Ah 19/92022 03 3000 Mu D.um Argos DL0000001055 3000 psi Cmu ac for Inlets, Jimam, Boxes, Manholes, Cfiancel L—s, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6%Ai, 19/1 022 03 30 00 Mu Dlim yA��gos D1000001615 3600 psi Concrete for h0ets, Boxes, Encasement, Blocking 3-5" Slump. 36%Ah 19/92022 03 30 00 Mu Desum Amrley's Concrete 4502 3000 psi Grade Mix for Sidewalk,, Block.g 3-5" Slump; 3fi% Ai, 19/1 022 03 30 00 Mu Design Bumco Texas 40U500BG 4000 psi Concrete Mi, fm Storm Dmi, Strucmres, Drlvewa Screen I, C1 3-5" Slump, 36%Air 19/92022 03 30 00 Mu Design Cow Town Rath Mu 255-2 3000 psi Comae Mix for Inlets, Thmst Blocking, Concrde cas—m 3-5" Slump; 3fi% An 19/92022 033000 Mis Design C Town Redi Mie 355 3000 psi Gvcrete Mlx fr flab, Thrust Blm Concrete Evcasemwt 31"Slump. 36%Ah 19/9/2022 03 30 00 Mu Design Cow Town Rath Mu 255 3500 psi Cum —Mix for Flatwork, Inlets, Thmst ock.g Cum —Encasement 3-5" Slump; 3-6%At, 19/9/2022 033000 M&Design Cow Town Re&Mix 270 5000p.,Conaae Mixfr C.1-m-Place Box Ghat 3-5"Slump, 36%Air 19/9/2022 03 30 00 Mu Design Cow Town Rath Mu 370 5000 p Concrde Mix for Cast -.-Place Box Culverts 3-5" Slump; 3-6%Ai, 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 313 3000 Ni Concrete btu' for Sidewalks, ADA Ramps, Dnvew r, Curb & Gner, Simuy End Treatments, Non-TxDOT Retawing Walls 3-5" Slump, 36%Ah 19/92022 03 30 00 Mu Design Cow Town Rath Mu 257 3600 Ni Concrde is for Valley Gutters, Lightpoie Foundiumus 3-5" Slump; 36° An 19/92022 03 30 00 Mi" Desigp Cow Town Redi M& 357 3600 p� Comae Mu fr Valle`rn,,, Lightp.1e Foundations 3-5" Slump, 36%Air 3 30 00 19/92022 033000 Mu Design Holcim - SGR, Inc. 1701 4000 psi Concrde Mu for SI Dm. Swctmes, Samtary Sewer Manholes, luvcnon Box 3-5" Slump; 3-6%An 19/92022 03 30 00 Mu Des Holcim - SOR, Inc. 1551 3000 pY1 Concrete Mu for Blockiilp, 3-5" Slump, 36% Air I9/92022 03300 0 Mu Design Holcim - SOR, lu 5409 4000 N, Concrete Mu for Sidewalks, lvlets 3-5" Slump; 31 Air 14272023 033000 3 30 00 M& Des mid Stone C361DNFA 3,600 psi Comae for R-mum wall, dnvewa , Junction box apron, approach 3-5" Slump, 3-6 Air 3 30 00 19/92022 033000 Mu Design art. Marlette R2141230 4,000 pei Gvcrete fr Manholes, Inlet & Hea�walls, Valve Pads 3-5" Slump; 36% Air 18/42023 03 30 00 Mu Design Marlin Marietta R2141R24 5.53 Sacks / 4,000 psi Comae for Junction Box, Box Culver, Sidewalks and Ramos. 3-5" Slump. 3-6%Au 111202023 03 30 00 Ma Design Mart. Manab R2146R33 6.01 Sacks / 4,000 psi Gvcrete Mu for C� Sawa Manholes 3-5" Slump; 3-6%Au 3 30 00 111/20/2023 033000 Mu Design Marlin Marietta R2146K33 6.01 Sacks / 4,000 tConcrde Mu fin CIP Sewer Manholes. 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Ma Design Mart. Manetb R2142233 3,600 psi Concrete for Mmrholes, In Ids & Headwalls 3-5" Slump; 4 5-7.5 % Am 19/9/2022 03 30 00 Mi. DIm Marlin Mandb R2136224 3,600 psi Concrete fr Gib flats 3-5" Slump. 36% A'v 19/92022 033000 Ma Desup Mart. Manab R2141233 3,600 psi Gvcrete for St— Strmctures, Islas, Blocking & Encasement 3-5" Slump; 3fi%Air 19/92022 03 30 00 Mu Design Marlin Marietta R2146038 4,500 Ri Concrete for 1,1- Smmr Dim, Structures 3-5" Slump, 3-%- 110/242024 03 30 00 Mu Desip Mart. Manab R2146K34 4000 psi Concrde for Ivleb, Manholes, Headwalls, Thmst Blocks, Collars 3-5" Slump; 3-6% At, 19/12/2023 03 30 00 Mu Design NBR Read_��Mix CIS Pl-YY 6.00 Sacks / 4,000�5I Concrete for Collars, Manholes, Box Culverts 3-5" Slump, 3-6 Ah 19/92022 03 30 00 Mu Design NBR Ready Mix TX C-YY 3000 psi Concrde Mix for Curb hdeb Ai' 3-5" Slump; 3-6 'Ai' 19/92022 03 30 00 Mu Design NBR Read btu' TX C-NY 3000 pq Concrete btu' for Cuff kids 3-5" Slump, 36% Air 11/18/2023 033000 3 30 00 Mu Design Rapid Red i u RRM5320A 3000 psi Concrde f Blocking 3-5" Slump; 36% Ai' 11/18/2023 03 30 00 Mu Desig➢ Raatth� d Redi Mu RRM6020ASS 4000 psi Concrete for Strom Dmin SWdures 3-5" Sfmp, 36%Air I9/92022 03 30 00 Mu Design Redi-Mix IRJ11524 3500 Ni Concrde Mix for Th.. Bocks, Valve Pads 3-5" Slump; 36°/" Air 19/92022 03 30 00 Mu DIP Redi-Mu 15611524 4000 pj Concrete Mu for Cast -in -Place Storm Draw Structures 3-5" Slump, 36%Air 112/52022 033000 Mix Desum Redi-Mix 1OK115C4 3500p,Co—fi, for Thrust Blocks, Valve Pads 3-5"Slump, 36%Air FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I ConcfCondnued) I12/52022 03 30 0rete0 Mu Des i Redi-Ma 156115C4 4000 psi Concrete for CIP Storm Dmin Structures 3-5" Slump, 3-6%Ate I9/29/2022 03 3000 M. Desrgo Redt-Mu I OL21524 4000 per Concrete Mu for Manholes 3-5" Slump; 3-6% An 111/2/2022 03 3000 Mu Desp Rsdi-Ma 145P25P4 4500 psi Concrete for Storm Drain Structures 3-5" Slamp, 3-6%Ate I,0242024 03 3000 M. Design SRM Covcretc 40350 4000 psr Concrete for ],lets, M.rholes, Headwalls, Thmst Blocks, Collars, 3-5" Slamp; 3-6%AD I124/2024 03 30 00 Mu Design SRM Concrete 40850 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 31" Slomp. 3-6% Air I9/162024 011000 Ma Design SRM Concrete 35050 3500 psi Concrete for Thmst Blocks and Collars 3-5" Slamp; 36%Air I9/9/2022 033000 Mi. Design Tamest Concrete FW5320A 3000 psi Concrete Mix for Blocki.9 3-5" Slamp, 3fi%Air 110/10/2022 033000 Mi. DceJJjj� Tamest Concrete TCFW6025A2 4000 psi Concretefor Manholes 31"Slump. 36%Air I alas C WfngmBs. Culverts. Dr lied Shafhl \\Headwalls. I Drilled J�afts I9/9/2022 03 3000 Mu Desp Bumco Texas 36U500BG 3600 vsi Concrete Mu for Liehor. and Traffic Sienal Foundations (Drilled Shafts) 5.5-7.5" Slump, 3-6%Air I6/21/2023 03 3000 M. Design Cow Town Redr M. 360-DS 3600 Dsr C.—oc for Dnlled ShaR/Lr¢ht.¢ and Traffic Signal Fowdatam!Drilled Shafts! 5.5-7.5" Slump; 3-6%An 110/30/2024 03 300 Mu Des i Estrada Ready Mu R36575AEWR 3600 vsi Concrete for DNled ShafULiehtine and Traffic Slenal Foundation (Drilled Shafts) 5.5-7.5" Slump, 3-6%Air I12/52022 033000 M. Design Holcan -SOR, We 1822 3600 asConcrete forfDrBled Shafhsl/Lr¢htrn¢end Traffic Srmal Foundatons 5.5-7.5"Slump; 0-3%Au I9/9/2022 03 3000 Mu Des�r Hokin, - SOR We 1859 4000 vsi Concrete for (Dn71ed Shaftsl/Liehtme and Traffic Sienal Foundations 5.5-7.5" Slump, 3-6%Air I4/72023 03 3000 M. Design Wgrem Concrete & Aggregates 10LQS50N 3.600 Dsr Concrete for (Drilled Shafta)/Luda— and Traffic Surml Foundations 5.5-7.5" Slump; 3-6%Au I4n/2023 03 3000 Mu Desp L��y:d S.- C361DHR 3.600 Dar Concrete for (Drilled Shaft)/LiehtWe and Traffic Slenal Foundations 5.5-7.5" Slump, 3-6%Air I6272023 03 3000 M. Design. Manetta U2146N41 fi.44sacks / 3.600 Dsr Concrete for (Drilled Shafts) / Lr¢htm¢ and Tmffrc Srar,1 Foundations 5-7" Slump; 3-6%Au I6272023 03 30 00 Mu Des i Martin Marietta U2146K45 6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehtme and Trafic Sienal Foundations 51" Slump, 3-6%Air I8222024 03 30 00 M. Design NBR Ready M. 135K2524 3500 Dsr Concrete for!Drilled Shaft) Lrehtvole Foundations 5.5" Slump; 3-6% Av 18222024 03 30 00 Mu Des i NBR Ready Mix 135K0524 3500 vsi Concrete for (Drilled Shaft) Liehmole Foundations 5.5" Slump, 3-6%Ate 03 30 00 Mu Design Redi-Ma 80LI 15D5 3600 Dsr Conorete f., (Dn7led Shafh0 /Lr¢ht.¢ and Traffic Signal Foundatrons 5.51.5" Slump. 3-6% Ate 11/151023 I � DGuhona I9/9/2022 03 300 M. Desr m Argos D10000001083S 4000 per Concrete for Valve Pads, Wlets, Structures, Headwalls, Thmst BWck.g 3-5" Slump; 3-6%Au I9/9/2022 03 30 00 Mu Desp Argos D10000001083 4000 osi Concrete for Valve Pads, Wlsts, Structures, Headwalls, Thins[ Blocking 31" Slump, 3-6%Air I9/92022 03 30 00 Ma Design Argos D10000001681 4000 per Concrete for Headwalls, Retammg Walls, Box Culverts, Valley Gutters 3-5" Slamp; 3-6%An I9/92022 03 30 00 Mu Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Stmctures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 3-5" Slamp, 36% Air I9/92022 03 3000 M. Design Charley's Concrete 4518 4000 per Concrete for Headwalls, W Wgwa0s 3-5" Slamp; 3fi%AD I9/92022 03 30 00 Mix Design Charley, Concrete 5642 4000 psi Concrete for Stovri Drain Structures 31" Slomp. 36%Air I9/92022 03 30 00 M. De agn Crty Concrete Company 40LA2011 4000 psi Concrete Mix for Stoma Dram Structures 3-5" Slump; 3-6%An I9/92022 033000 Ma DIP, Cow Town Redi Ma 260-2 3600 psi Concrete Mi. for Box Culvert,,Headwalls 31" Slamp, 36%Air I9/92022 033000 M.D-air Cow Town Redi M. 360-1 3600 psi Concrete Mixfor Box Culverts, Headwalls, WWgwalls 3-5" Slamp; 3-6%Air I9/92022 033000 Mix Desgp Cow Town Redi Mix 260-1 3600 psi Concrete Mlx for Headwalh 3-5"Slump, 36%Air 11/29/2024 033000 M. Design Estrada Ready Mix R3655AEWR 550 Sacks/3,600 psi Con f, Headwalls, Wmgwalls, and Culverts 3-5"Slump; 36%Air I9/9/2022 03 30 00 Ma D-01 GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, tales, sad Storm Dram Stoa,mcss 31" Slump, 36%Air I9/92022 03 30 00 Mor Design Holcma - SOR, 1, 1851 4500 psi Concrete for Storm Door,Structures, Hand Placed Paving 3-5" SWmp; 36%Atr I4/12023 03 30 00 Mis DIF Mani. Marietta 310LBP 3,600 psi Concrete for Remit Walls 3-5" Slump, 4-7%Air I8/30/2023 03 30 00 M. Desrgo Man. M— R2141R30 5 85 SK / 4,000 psi Concrete f Box Culverts & Headwalls 3-5" Slump; 36%An I9/92022 03 30 00 Mis D-01 Mani. Marietta R2146035 4,000 osi Concrete for Manholes, Inlets & Headwalls, Valye Pads 3-5" Slump, 36%Air I12/5/2022 03 30 00 M. Design Redr-Mix IOL115C4 3600 psi Concrete for Manhole 1.1u, Juvctrov Box, Headwall 3-5" Slump; 36%Ate I9/92022 03 30 00 Mu Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Rer,mmg Wall, Collars 3-5" Slump, 36%Air I9/92022 03 30 00 M. Desrgn SRM Concrete 35022 3,600 psi Concrete for Ju..tam Box, Rete..g Walls 3-5" Slump; 36%Air I4/12024 03 3000 Mu Desp SRM Concrete 45050 4500 osi Concrete for Storm Structures 3-5" Slamm, 3-6%Air I9/9/2022 03 3000 M. Design Tarrant Concrete FW6020A2 4000 per Concrete Ma for Storm Dra. Structures 3-5" Slump; 3-6%Au I hLea P`MaeLIne Placed PsvWa) I9/9/2022 321313 M. Design Argos D10000001617 3600 psr Concrete for Machine Placed Paving 1-3" Slamp; 3-6%Au I6/24/2024 321313 Ma Desp BTown Concrete 360060-1 3600 psi Concrete for Machi.e Placed Pavi9� L3"Slamm, 3-6%Ate I6242024 321313 M. Design Brg Town Concrete 3fi2060-1 3600per Concretefor Mach.ce Placed Paving l-3"Slump; 3-6%An I9/9/2022 32 13 l3 Ma Design Carder Concrete FWCC552091 3600 psi fr Machi.e Placed Pevi.g 11.1 Slump. 36%Ate I9192022 3213 13 M. Design Carder Concrete FWCC602091 4000 psr for Machine Placed Paving 1-3" Slamp; 3fi%AD I9/92022 32 13 L3 Ma Design Chaley, Concrete 5167 3600 psi Concrete Ada for Machi.e Placed Pavi.g 1-3" Slamp. 36% Air I9/92022 321313 M. Design Crty Concrete Company 3fiLA2011 3600 psi Concrete Mix for Machine Placed Paving 1-3"Slump; 3fi%An I9/92022 331313 Ma DIP, Cow Town Redi Ma 257-M 3600 psi Concrete Mi. for Machi.e Placed Pavma 13"Slump. 36%Air Ill/l,1=22 321313 MreD-air Cow TownRediMa 357-M 3600psiConcreteMi. for MachinePlaced Paving l-3"Slamp; 36%Atr I9/92022 321313 Ma D-01 Cow Town RediMa 260-M 4000 psi Concrete Mi. for Machi.e Placed Paim, 13"Slump, 36%Air I9/9/2022 321313 M. Design Cow Town Redi Mu 360-M 4000 psi Concrete Mix for Machine Placed Paving 1-3 "Slump; 36%Air I2/6/2024 321313 Ma D-01 Eamsda Ready Ma TD3655AEWR 5.50 Sacks/3,600 psi Concrete for Machine Placed Paving 13"Slump, 36%Air I9/11022 321313 Mor Design Im ar, Concrete&Aggregates 2MWRC56PS5D5 4000 Ni Concrete Machine Placed Paving 1-3"SWmp; 3-6%Ar I8/42023 321313 Ma DIFManta Marietta Q2141R27 5.69 sacks/4,000 psi Concrete for Machine Placed Pamg 1-3"Slump, 36%Air I112/2022 32 13 13 M. Desrgo Marl. Menetta Q2141K30 4,000 psr Concrete for Machine Placed Paving 1-3" Slump; 36%Air I10/42023 321313 Ma D'p NBRReady Ma TX SF-YY 5.50 Sacks/3,600 psi Concrete for Machine Placed Paing 1-3"Slump, 36%Air Il0/4/2023 321313 M. Desrgo NBR Ready Ma TX SF -NY 550 Sacks 3,600 psi Concrete for Mazh.e Placed Paving 1-3"Slump; 36%Ate I10242024 321313 Ma Desism SRM Concrete 40068 4000 pai Concrete for Machine Placed Pamg 1-3"Slump, 36%Air I10242024 32 13 13 Ma Design SRM Concrete 40825 4000 psr Concrete for Mach., Placed Paving 1-3" Slamp; 36%Av I9/162024 32 13 13 Ma Desor SRM Concrete 40025 4000 osi Concrete for Machi.e Placed P.i g l-3" Slamp. 3-6%Ate I10/18/2024 321313 Mve Design SRM Concrete 35023 3600 psr Concrete for Mach —Placed Paving l-3"Slamp; 3-6%Au I9/9/2022 321313 Ma Deed Tarrant Concrete FW5520AMP 3600 psi Conorete for Machine Placed Pavi.g -3 Slamp, 3-6%Ate I9/92022 32 13 l3 M. Design True Gnt Redr Ma 0255.2301 3600 psr Concrete M. for Mach.e Placed Paving l-3" Slump; 3.56.5%1 I9/92022 2 13 13 Ma Desif% True Got Redi Ma 0260.2302 4000 psr Concrete Ma for Mach.e Placed Pavi.¢ l-3" Slump; 3.56.5%AD I ass H (Ham I Placed paving) I9/9/2022 3213 13 Ma Desp American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 3-5" Slump, 3-6%Ate I9/92022 3213 13 M. Design Argos D10000001273 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6% Au I9/9/2022 321313 Ma Desp Argos D10000001737 4500 psi Concrete for Hand Placed Paving 3-5"Slamp. 3-6%Ate I9192022 321313 M. Design Argos D10000002107 4500 psr Concrete for Hand Placed Paving 3-5"Slump; 3-6%AD I9/9/2022 321313 Ma Design Argos D10000001791 4500 psi Concrete for Hand Placed Pzg 3-5"Sl"' -6%Air I9192022 3213 13 M. Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3fi% Air I522023 3213 L3 Ma Design B�DCo... 1, CM14520AE 4500psi Concretefor Hand Placed P.mg 3-5"Slump. 36%Air I9/9/2022 3213 l3 M. D—go Brg Town Covaete 452065-1 4500 psi hand placed pay.g 3-5" Slump; 3fi% Air I9192022 32 13 l3 Ma D'F' Big Town Concrete 450065-1 4500 psi hand placedravirlf, 3-5" Slamp, 36%Ate I9/92022 32 13 13 Moe Design Bumco Texas 45U500BG 4500 psi Concrete Ma for Hand Placed Paving, Storm Storctures 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Ma Des�p Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Pa am 3-5" Slump, 36%Air I9/912022 32 13 13 Mu Design Chantey's Concrete 4609 4500 psi Concrete Ma for Hand Placed Paving Mevholes 3-5" Slump; 36%Air I9/92022 32 13 13 Ma DIF Charley', Concrete 6103 4500 psi Concrete Ma for Hand Placed Pavmg. Manholes 3'.' SWmp, 36%Ate I9/92022 321313 M. Desigo Crty Concrete Company 45NA206 4500psi Concrete Mixfor Hand Placed Paving 3-5"Slump; 36%Atr I9/92022 321313 Ma Des* Cow Town R.&Ma 265 4500 psi Concrete Ma fr Hand Paced PavWg 3-5"Slumo,36%Air 321313 M. Design Cow Town Redi M. 365 4500psi Concrete Mafor Hand Placed Paving 3-5 "Slump; 36%Air 11/29/22 I1292024 321313 Ma Des�p Estrada Ready Ma R4560AEWR/ 6.00 Sacks/4,500psiC-u—f.r Hand Placed P.via 3-5"Slump, 46%Air I9/92022 321313 M. Desrgn GCH Concrete Services GCH4500 4500psi Concrete Hand Placed Pawvg 3-5"SWmp; 36%Air 110/42024 32 13 13 Ma Design Hold. - SOR, to 5507 4500 psi Concrete Hand Placed Paving 3-5" Slump, 3-6 Air I9/92022 32 13 13 Ma Design Holcon - SOR, We 1851 4500 psr Concrete for Storm Dram Smrchaes, Hand Placed Paving 3-5" Slump; 3-6%Au I9/9/2022 32 13 L3 Ma Des�i Wgram Concrete & Aggregates 2MWR-161PS5EM 4500 psi Concrete Ma for Hand Placed P-ma 3-5" Slamp. 3 5-6 5 %Ate I9/92022 321313 M. Design Wgrem Concrete&Aggregates 2MWR-161UVSDM 4500 psr Concrete for Hand Placed Paving 3-5"Slump; 3-6%Av I9/9/2022 321313 Ma Design I�rk/M� am Concrete&Aggregates 2MWR-IOMQS50N 4500 psi Concrete for Hand Placed Pavi9fr 3-5" Slamp, 36%Air I11/22022 32 13 13 Ma De gv Marts Marietta R2146N35 6.11 sacks / 4,500 psi concrete fr Hand Pla a P-mg, Wlets, Manholes, Headwall, 3-5" Slamp. 3-6%Ate FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Concrote(Cor'inued) 18/4/2023 32 13 13 Mac Design Marlin Marietta R2146R36 6.17 / 4,500 psi Concrete fin Hand Placed Paving 31" Slump. 3-6%Air 11 l/22022 32 13 13 Mu Design Martm Marlene R2146N36 4,500 psi Covcietc for Hand Placed Pavmg 3-5" Slump; 3-6% Au 11 l/2/2022 32 13 l3 Mac Design Marlin Made. R2146K36 4,500 Concrete tar Hand Placed Pav' a Placed 3-5" Slump. 3-6%Ah 15222023 321313 Mu Design Martm ManUta R2146K37 6.22 sack/4,500 psi Concrete for Hand P.m 3-5"Slump; 3-6%Ap 112/22/2023 32 13 l3 M& Deaipp Marlin Marietta R2146R44 6.60 Sacks / 4,500 psi Conc[Ue M& tar Hand Placed Paving 3-5" Slump. 36%Air 112222023 32 13 l3 Ma Design Martin M—ne R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3fi% Air 111/152022 32 13 l3 Mi. Design Marlin Marietta R2146P36 4,500 psi Concrete fr Hand Placed Pavlrg 31" Slump, 3fi%Air 111/152022 3213 l3 Ma Design Malm Manata R2146K36 4,500 psi Corsets for Hand Placed Paving 3-5" Slump; 36%Air 19/92022 32 13 13 Mu Desimi Marlin Marietta R2147241 4,500psi Concrete for Hand Placed Paving 3-5" Slump, 4.5-7.5 %Air 19/92022 3213 13 Ma Design Malm Marlette R2146236 4,506 psi Corsets for Hand Placed Paving 3-5" SlumP; 3-6% An' 19/92022 32 13 13 Mu Design Marlin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, lulels 3-5" Slump, 3fi%Air 19/9/2022 32 13 13 Ma Design Martim Maneta R2146242 4,500 psi Corsets for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mis Design Marlin Marietta R2146042 4,500 psi Concrete for Hand Placed Pavirl�i 3-5" Slump, 3fi% Air 110/4/2023 32 13 13 Mu Design NBR Ready Mu CLS P2-YY 6 50 Sacks / 4,500 psi Concrete for Hand Paced P.m 3-5" Slump; 36% Av 110/42023 321313 Mix Deso NBR Ready Mix CLS P2-NY 6.50 Seeks 4,500 psi Carafe for Hand Placed Paving 3-5"Stamp, 36%Air 17/10/2023 321313 Ma Design Oebum 45A60MR 6SK/4,500 psi Consets for Hand Placed Paving 3-5"Stamp; 36%Av 1/242023 321313 Mu Des Raarr��dRedi Mu RRM6320ARP 4500Pi Concretefor Hand Placed Paving 3-5"Slump, 36%Air 19/92022 321313 Mrs Design Redi-Mix lOM11524 4500 psi Covcrete Min for Hand Placed Paving 3-5"Stamp; 36%Air 19/92022 32 13 13 Mu Dear Redi-Mix lOM1l5U4 4500 PI Concrete Min for Hand Placed Paving, Storm Drain S--Pes 3-5" Slump, 36%Ah 19/92022 321313 Mu Design Redi-Mis ]OM11504 4500 psi CovaGe Mufor Hand Placed Pavmg 3-5"Slump; 3-6%Av 19/9/'22 32 13 l3 Mu Design lledi-Mix 145CD5P4 4500 psi Concrete Mi. for Hand Placed Paving, Storm Din, Structures 3-5" Slump. 3-6%Air 11/132023 32 13 13 Mu Design SRM Covc.. 45023 4500 psi C..r a for Hand Placed Pavmg 3-5" Slump; 3-696 Au 19/92022 32 13 l3 Mu Design SRM Concrete 45000 4500 psi Canoes for Hand Placed Paving 3-5" Sharp, 3-6%Ab 11024201A 32 13 l3 Ma Design SRM Covcrete 45350 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3-6% Pa 110242024 321313 Mix Design SRM Concrete 45850 4500 psi Concise for Hard Placed Paving 3-S"Shwp. 3fi%Air 110/182024 3213 l3 Ma Design SRM Covcrete 45050 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mu Design Tenant Concrete FW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-S" Slump.3-6%Air 19110. 3213 l3 Ma Design Tarrant ciar—te FW60AHP 4500 psi Concrete Mix fr Hand Placed Paving 3-5" Slump; 3-6% Air 19/92022 32 13 13 Mis Design Tavart Concrete TCFW6020AHP 4500 t, i Concrete Mu fin Hand Placed Pnvlrg 3-5" Slump, 36%Air 19/920. 3213 l3 Ma Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/9/2022 32 13 13 Mis Design T. Grit Redi Miz 0260.2301 4500 psi Concrete Mu fin Hand Placed Pavia\ 3-5" Slump, 36%Air 19/92022 321313 Mrs Design Tme Gnt Rath Mu 02652301 4500 psi Concrete Mix for Valley Gutters, Ha Placed Paving 3-5"Slump;3.56.5%_ 19/92022 321313 M&Design True t7rit RediM& 270.230 5000 Concrete for Hand Placed Paving 3-5"Slump, 36%Air 110/92024 321313 M&Design Wildcatter 4520AI 4500 psi Concrete for Hand Placed Paving 3-5"Slump, 36%Air 1 9.11 HES (i qh Early Strength Paving) 19/9/2022 32 13 13 u Design Big D Cov w 14500AE 4500 psi Concrete for High Early Strength Paving 3-5" Slamp; 3-6%Av 19/9/2022 321313 Mac Design Bumco Taxes 55UI20AG 4000 psi ConPde M&fr H'j Ear(�SPen Paving 3-5 "Slump. 3-6%Air 19/92022 3213 13 Mu Design Charley's Concrete 6589 4500 psi Concrete M. for g Early tren Pavmg 3-5" Sharp; 3-6%An 19/92022 32 13 l3 Mu Design Cow Town Rath Mu 370-INC 4500 psi Concrete for HES Paving 3-5" Slump. 36% Av 19/92022 32 13 13 Ma Design Cow Town R sh Ma 375-NC 5000 psr Concrete for HES Pavmg 3-5" Slump; 3fi% Ap 19/92022 3213 L3 Mix Desiga Cow Town Redi Mix 370-NC 4500 psi Conr3ee tar, HES Paving 3-S"Slump. 36%Air 11/182023 32 13 l3 Mrs Design Cow Town Rech Mrs 380-NC 4500 psi Concrete fm HES Pavmg 3-5" Slump; 3-6% An 11/292-4 321313 Mis Design Estrada Ready Mk 4S75AESC 7.SOSacks/4,500#gm� 3OOPO g"3-0ay)Concretefor HESPaving 3-S"Slump. 36%Air 19/92022 321313 Ma Design Holcim -SOR, Inc. 2125 5000 psi Concrete i'brkES Pavmg 3-5"Slump; 3fi%Air 11/24/2023 321313 Mis Des'ga L��'yyppd Slone C451DHR-A 450 s Concrete for HES Pav' 3' Slump, 36%Air 14/7/2023 32 13 13 Ma Design NCartm Marlette R216IK70 6,OO�psr (3,000 psinCr6 24In.) r HES Pavmg 3-5" Slump; 3fi%Air 19/9/2022 32 13 13 Mis Design Redi-Mix ION11507 4500psi (2600 psi \' 24 his ) Concrete Mix tar HES Paving 3-5" Slump, 4.56.5 %Air 12/10/2023 32 13 13 Ma Design SRM Conmrete 50310 5,006 psi Concrete for HES P.m 3-5" Slump; 3fi%Air 19/92022 :321313 Miz Desgn SRM Concrete 40326 4,500(3,000��,(a� 3-6 )3Pi Concretetar HESPaving 3-5"Slump, 36%Air 19/92022 32 13 13 Mrs Design TaimvI Concrete FW6520AMR 4500 (3000 psi4, 3<lays) psr HES Paving 3-5" Stamp; 36% Av 19/9/2022 : 32 13 13 Ma De�if�ji Tenant Concrete FW7520AMR 4500 (3000 psi A 3days) psi Concrete HES Pavmg 3-5" %lump: 36%Air I (:lass S (Brides b$, Top Slabs of Direct Traffic Culverts, Approach Slabs) 19/92022 32 13 13 Mix Design Cow Town Redi Mu 260 4000 psi Concrete Mis for Bri��°°pe Slabs, Box Culverts, Headwalls 3-5" Slump, 3-6% Air 19/92022 32 13 l3 Mu Design Cow Town Redi Mu 3fi0 4000 psi Conere a Mcx for Biidge Slabs, Box Culverts, Headwalls 3-5" Slump; 3-6% Av 19/9/2022 32 13 l3 Mac Design Cow Towr Redi Mie 365-STX 4000 psi Concrete for Bridge slabs, toQ slabs ofd'rect traffic wharfs, a00( ach slabs-TXDOT Class S-No Fly Ash 3-5" SI—P, 3-6%Ab 112-024 321313 Mu Design Estrada Ready Mvc R4060AEWR 6.00 Sacks/4,000 psr Concrete tar Badge Slabs, Top Slabs, and App� ch Slabs 4b"Slump; 3fi%Air 15/3/2023 32 13 l3 Mi. Design Marlin Maiietta M7842344 4,000 psi Concrete fire Bridge Deck 3-5" Sharp, 4.5-7.5%Air 14/12023 3213 l3 Ma Design Martin Mavens R2146P33 6.01sacks/ 4,000 psi wvcrete for Bridge Deck 3-5"Slang; 3fi%Air 14/152024 32 13 13 Mu Design NBR Read��Mix TX S-NY 5.50 Sacks / 4000psi Concrete Mu for Class S Slab Paving -No Fly Ash 3-S" Slump, 36% Air 14/152024 32 13 l3 Mac Design NBR ReadyMix TX S-YY 4.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving 3-5" Slump; 3-6% Air 19/9/2022 321313 Mis Design Re 156115D4 4000 pg1i Bridge Slabs 3-5"Slump, 36%Air 15/5/2023 32 13 13 Mu Des11�v SRM Concrete D100008553CB 4,000 Psi Concrete for Bdfidge Approach Slab, Deck Slab 31.1 Slump, 36%Air I Zorc b,Basel'rerch Q%.iae 14/l/2023 03 34 16 Mu Design Bumco Texas psi C,,�e Base r �7"rSlvmp; 19/9/2022 03 34 16 Mu Deal Bumco Texas I08Y450BA 800 Psi Concrete Mu for as1000 e or Trencfin h Repev 3 6% Ara 1 on"b'd Low Sirw�acerii l 19/92022 03 34 13 Mu Design Bum,. Texas OIY690BF 100JJP1�i Concrete Mu for Plowable Fill Plowable, 8 5-11.5%Air 19/92022 033413 Ma Design Carder Concrete FWCC359101 50-15?0 psi Flowable Pill -CLSM 3-5"Slump; 8-12%Air 19/9/022 03 Mac Design Carder Concrete FWFF237501 50-150 psi Flowable Pill -CLSM Plowable, 85-11.5%Air 19/92022 0334 L3 Ma Design Ciry Concrete Company 11-350-FF 50-150 psi Concrete for Flowable FiIICLSM Plowable; 8-12%Ar 19/92022 03 34 l3 Mu Desipp Cow Town Redi Mu Mix# 9 70 phi Flowable Ff1 _ CLSM 71" Slump, 8-11%Air 110/42023 03 34 13 Mre Design NBR Ready Mix FTW FLOW FILL 156 psi concrete tar Plowable 7-10" Slump; 8-12%Air 19/92022 03 MU Design Tenant Coverers FWFF150CLSM 50-150 psi Flowable Fill-CLSM Plowable; 8-12%Air I ioncrece Rip Zap 14/121% 023 31 37 00 Mu Design Martin Marietta Sluarp' Air 14/l1023 31 37 00 Mic Design Martin Marietta R2146033 4,000 psi Concrete for R amp 3-5" Slump. 3-6% Av 1 Asphalt P.A..19/9/2022 32 12 16 Mu Design Austin Asphalt FTSB117965 FF5B117965 PG64-22 Type B Fine Base 19/92022 32 12 16 Mcr Design Arista, Asphalt 711B 39965 FT1B139965 PG64-22 Type B Fare Base 19/9/2022 321216 Mu Design Aastin As halt FT1Bll72 FTlB 117.2 PG64-22 T3yM1RiBFfe Base 15/12024 32 12 l6 Mrs Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type�B Base Course 19/9/2022 32 12 l6 Mi. Design Reynolds As1{halt 1112B l ] l2B PG64-22 T33'l�B Pine Base 19N2022 321216 Ma Design Reyvolds Asphalt 1fi12B 1612B PG64-22 TylKB Fine Base 112/52022 33 12 16 Mu Design Sunniowt Paving 3076H V6422 3076BV6422 PG62-22 TyR H Fine Base 19/92022 3212 16 Ma Desnpi Surmount Pavmg 34 1 -BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B F. Base 19/9/2022 3212 16 Mis Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type H Fine Base 19/9/2022 3212 16 Ma Design TXBH 44-211305-17 44-211305-17 PG64-22 Type B Fare Base 19/9/2022 32 12 16 Mix Design TXBH 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Asphalt(Continued) 19/92022 32 12 16 Mix Des�af TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface I4/l/2024 32 12 l6 1 Ma Des�e TXBIT 344 MAGSP-D 70-22XR 344 MACSP-D 70-22XR SAC A-R Tvce D Fme Surface 19/9/2022 eteemble 321320 a i 77 Su�ace DW$-Pavers Pme Hall Bnck(Wmston Smem,NG) Taade 19/92022 321320 DWS-Pavers Wtem Bik Co.(11—ton, TX) Demcmle Warm,¢ Pavers I9/92022 321320 DWS-Composite Armor ile Pic 19/9/2022 321320 DWS -Composite ADA Solutions (Wihningmn, MA) HeritagBrick CIE Composite Paver I4/72023 321320 DWS-Pavers ADA Solutions(Wilmington, MA) DetectaWemmg Pavers I SWcone Joint Sealant 199/2022 32 13 73 Join[ Sealant Dow 890SL 8905E -Cold �etp°�nlied Sit�'e Component, Sibcone Joint Sealant ASTM D5893 I9/92022 32 13 73 lomt Sealant To— 90OSL 900SL - Cold 1pPl. Sm� Co. Sihcone Jomt Sealant ASTM D5893 ld Jp�onrnt, -Cold�h'ed, conetJoint ASTM D589 19 9/2022 32 13 73 Joint Sealant Curb. RoadSaver Silicone RoodSaveroSifi—cSe gle Component, Si Sealant ASTM D58933 I UtWty Trench Embedment Sand t. �s Utili }}�� Both druent Send ASTM 31 I9/9/2 022 33 OS l0 Embedment Sand Crouch Materals Utd{tyEmbedmrnt Send ASTM C33 19/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utdi}}_��Embedment Sand ASTM C33 I9/92022 330510 Embedment Sand FandLDm Movers Utmincubedmrnt Sund ASTM C33 19/92022 3305 10 Embedmem Send Tm Top Marts Manetm UbhN Embedment Send ASTM C33 1 Storm Sewer- Manholes & Bases/Frames & Covers/Standard JRound)11-01 13 19282018 3305 13 McMOIe Flames and CO1,1 AxuCast (Crovia Steel Company, LTD) NIB C #220605 MHRC #220605 (Size -•e24" Dia.) ASTM A48 AASHTO M306 19282018 33 OS 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Die) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Frames end Covers Neenah Foundry NF-1743-LM (Hlvged) NF-1743-LM (Hinged) (Sze- 32" D.) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Die) ASTM A48 AASHTO M306 I9282018 330513 Manhole Fum and Covers Neenah Foundry R-1743-HV R-1743-HV(S�ze-32"Din) ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Fre to a and Covers SIP htdustries++ 2279ST 2279ST (Size - 24" Die ) ASTM A48 AASHTO M306 I4/32019 330513 Manhole Fo—and Covers SIP fiohrtnes++ 2280ST 2280ST(S--32"Din) ASTM A48 AASHTO M306 110/8/2020 3305 13 Manhole Frames and Covers EJ (FomtaQy East Jordan too, Works) EI033 M/A EJ 1033 Z2/A (Size -32 25" Dia) ASTM A536 AASHTO M306 13/8/2024 3305 13 Cmb Inlet Covers SIP fiolm nes++ 2296T 2296T (Sze-' 24" Too.) ASTM A48 AASHTO M306 16/182024 3305 13 Curb Inlet Covers SIP fiolm nes ++ 2279STN 2279STN (S ze-24" Due.) ASTM A48 AASHTO M306 —Note: Alf— developmert(artd new insmllan'ort me.ho/e lids shall meet the minimum 304rtch opening regm ementes Decked in OVSpecification 33 0513. Any smaller opening sins will only be allowed for ermim, manholes that require replacemertefiames a.d covers I Storm Sewer- Inlet & St m r, s 33-05-13 110/8/2020 33 49 20 Cmb lidets Fonema FRT-l0x3-005-PRECAST'" (Smc-10' X 31 ASTM C913 I N.020 33 49 20 Curb Inlets Tortenm FRT-l0x3-006-PRECAST'" (Stze-10' X 31 ASTM C913 110/82020 334 20 Curl, Inlets Fortema FRT-10x4.5-407-ERECAST`e (Size -10' X 4 51 ASTM C913 110/8/2020 334 20 Curb klcts Romaine FRT_,th l 5-020-PRECAST" (S--10' X 4.5) ASTM C913 110/8/2020 33 3920 Manhole Fonema 41 FRT-0X4-00 AST C913 110/82020 33 39 20 Manhole Tom, - CAST-� E (Srzi.-44XX 4) PRT-0X4 �j�CA$� �f ASTM C913 110/82020 33 39 20 Manhole Fonema FRT-5X54 0-PRECAST-TOP (Si. - 5' X 51 ASTM C913 110/82020 333920 Manhole Fortema FRT-5X54 0-PRECAST-BASE(Size -5'X 5) ASTM C913 110/8/2020 333920 Manhole Fonema FRT6X6-011-PRECAST-TOP(Size-6'X 61 AS C913 110/8/2020 33 39 20 Manhole I—FRT_6X64 1 PRECAST -BASE (Si. -6' X 6) AS C913 13/19/2021 33 49 20 Curb Inlets Thompson P�e Group TPG-I OX3405-PRECAST INLET" (Size -10' X 31 AS 615 I3/19/2021 33 49 20 C. Inlets Thompson Pme Group TPG-ISX3-0OS-PRECAST INLET" (Suz -15' X 3) AS 615 13/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-2OX3-005-PRECAST INLET" (Size -20' X 7) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST TOP (Sue -4' X 4) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST BASE (Size -T X 41 AS 615 13/19/2021 33 39 20 Mavhole Thump— Pipe Group TPG-0X4-012-PRECAST 4-FT RISER (Sue -4' X 4) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-010-PRECAST TOP (Size - 5' X 51 AS 615 13/19/2021 33 39 20 Manhole Thump— Pipe Group TPG-5X5-010-PRECAST BASE (SRO - 5' X 51 AS 615 13/19/2021 33 39 20 Msuhole Thompson Pipe Group TPG-5X5412-PRECAST 5-1T RISER (Size- 5'X 51 AS 615 13/19/2021 333920 Manhole Thompson Pipe Group 6 TPGX6-0ll-PRECAST TOP (S=-6'X 61 ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6-011-PRECAST BASE (Si.- 6' X 61 AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6-012-PRECAST 6-FT RISER (S-- 6' X 6) AS 615 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECAST TOP (St. -TX 7) ASTM 6l5 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECAST BASE(Soc - TX 7) ASTM fi15 13/192021 33 392 Manhole Thompson P�e Group TPG-7X7-012-PRECAST 4-FT RISER (Size - TX 71 ASTM 615 13/192021 333920 Manhole Thompson Pipe Group TPG-8X8-01]-PRECAST TOP (S=-8'X 8) ASTM 615 13/19/2021 33 39 20 Manhole Thompson P�e Group TPG-8X841 l-PRECAST BASE (Size - 8' X 81 ASTM 615 13/192021 33 39 20 Manhole Thompson Pyle Group TPG-8X8-012-PRECAST 5-FT RISER (Sze- 8' X 8) ASTM 615 13/192021 33 49 20 Drol�lnle[ Thompson P�e Group TPG-0X4-0O8-PRECAST INLET (Size -4' X 41 ASTM 615 I3/192021 33 49 20 Inlet Drop13/19/2021 Thompnson Pipe Group TPG-5X5-0PRECAST-PRECAST INLET (Sve - 5' X 5) ASTM 615 33492q em Pipe Group L%Le�4'X �b1 AS I8/282023 334910 Man6o Oldcasden PPrecast 46xjtacE� AS C478 18282023 334910 3 49 10 Manhole Oldcasde Precast 5'. 8' Smmt Junction Box (Size -5' X 81 AS C478 18/28/2023 334910 MaMote Oldc ale Prxest4'x4'Smrmlunc—Box(Sae-4'X4) AS C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Stomt Junction Box (Size -5' X 5) ASTM C478 18/28/2023 33 49 10 MaMote Old —do Precast 6' x 6' Storm J m.,_ Box (Sae - 6' X 6) AS C478 18282023 33 49 10 Manhole Old —tie Precast 8' x 8' Stomt Junction Box Base (Sae - 8' X 8) AS C478 18/28/2023 33 49 10 MaMole Old —do Precast 5'.8' Storm Junctmn Box Base (Size - 5' X 8) AS C478 18282023 33 49 10 Manhole Rinker Materials Reintbrmd 48" Diameter Spread Footin¢ Manhole (Size -4' X 41 AS C433 18/28/2023 333920 Curb Inlet 10k3'Riser Thompeov Pipe Group Inlet Riser(Sae-3FT) AS C913-16 18282023 333920 Curb Inlet 15'x 3'Riser Thompson Pipe Group mle[Riaer (Sae-3 FT) AS C913-16 18/28/2023 333920 Curb Inlet 20'x3'Risx Thump —Pipe Group Inlet Riff (Soo,-3 FT) AS C913-16 11/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4) AS C913 11/12/2024 33 49 20 Drop Inlet Am,,T" Pipe &Products Drop Inlet (5' X 51 AS C913 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4k4' Storm Junction Box ASTM C913 3 49 20 11/19/2024 334920 Manhole AmenTex Pipe &Products Prxast 5S5' Storm Junctlon Box ASTM C913 11/19/2024 33 49 20 Manhole AmeriTex P�e &Products 5' Precast Tersition MH (4' MH on the top of 5' JB) ASTM C913 11/19/2024 33 49 20 Manhole A. -Tex Pipe &Products Precast 6W Storm Jmo, . Box ASTM C913 11/19/2024 33 49 20 Manhole Acr_Tex Pie &Products 6' Precast Tersition MH (4' MH on the top of 6' JB) ASTM C913 11/19/2024 33 49 20 Manhole A. -Tex Pyle &Products Precast 8'x8' Storm luncticm Box ASTM C913 11/192024 33 49 20 Manhole AnicuTex Pipe &Products 8' Precast Tersition MH (4' MH on the top of 8' JB) ASTM C913 3 49 20 11/192024 334920 M.Oh le AmeriTex Pipe &Products Tvue C Sh mi Dmitt Manhole on Box (4' MH on the top of RCB) ASTM C913 17/162024 33 49 20 Lliib Inets Air —Tex Pipe &Products 10x3 Prxast" (S ze 10' x 31 ASTM C913 17/16/2024 334920 Q lidets Air —Tex Pipe &Pmducta I Sx3 Prxast"' (S ze I5' x 31 ASTM C913 •*Note: Pre aielevare Opovedfor the agelpode ofthe velure(basin)only. Stage Hp -don of Me s.ruc—o, required ro be oroin-place. No ecopdons to Mis requirementsha(I be allowed. FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I y$torm Sewer-�ives & Boxes 3345-13 14/9/2021 3341 13 Sm. Drain Pipes Advanced D x—ge Systems, Inc (ADS) ADS HP Storm Polvmowleme (PP) Pine (S--12"- 60") ASTM F2881 & AASHTO M33o 1828/2023 3341 10 Storm Dram Pipes Rinker Matenals Reinforced Concrete Pipe Tongue and Groove Joint Ptpe (Sze- 21" or larger) ASTM C76, C655 18/22023 334110 Culvert Be. Rinker Materials Reinforced Concrete Box Culvert(Sze - Various) ASTM C789, C850 110/122023 3341 10 Storm Doom Pipes AmenTex Pipe &Pmduas Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or Img) ASTM C76, C506 110/12/2023 344110 Culvert Be, AmmTez Pippe&Pmduots Reiufrced Concrete Box Culvert (size -Various)) ASTMC1433,C1577 110/18/2 23 3541 10 Stom Dram Pipes The T_ Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or toga) ASTM C76, C506 110/18/2 23 3341 10 Cohen Be. The Tumer Co. Reinforced Concrete Box Culvert (size- Vanous) ASTM C1433,C1577 14/12/2 24 3341 10 Storm Dmm Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Soee Vanous) ASTM C76, C506 16252024 3341 10 Culvert Box Oldcastle Reinfrced Conceta Be. Culvert ABTM C1433,C1577 16/25/2024 3341 10 So— Diain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint PiW (Size Various) ASTM C76, C506 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTARINC.