Loading...
HomeMy WebLinkAboutContract 62976-PM1FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF CSC No. 62976-PM1 WATER, SEWER, PAVING, DRAINAGE, & STREET LIGHT IMPROVEMENTS TO SER VE TRAILS OF ELIZABETH CREEK, PHASE 10 IPRC Record No. IPRC24-0181 City Project No.105740 FID No. 30114-0200431-105 740-EO 7685 File No. W-3094 X File No. X-28311 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Water Department of Fail Lauren Prieur, P.E. j * •;*.� 1� Director, Transportation and Public Works Department .......................:....� RUSSELL BRAUN �.... ............................ �r 135374 Q:, <v rt�liFSs�CENS��G``���� Prepared for 0Ov ���' 03.14.2025 The City of Fort Worth March 2025 ZAIA ENGINEERING TEXAS REGISTRATION F-1386 3017 West 7th Street, Suite 300 Fort Worth, Texas 76107 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn 11 13 layiia4ion i Bidders Last Revised 03,QO/2020 002113 00 41 00 00 42 43 0043 13 lastf,,etiors t Bidde :s Bid Fefm Proposal Form Unit Price Bid Ben 03 QO/2020 nn 1n 4 05/22/2019 nn 1n 4 0045 Prequalification Statement ,/02/2014 09/01/2015 00 45 12 0045 13 Bidde . Pfegtta1 f;,,.,4ei+,kp ,&atiaa 0310v 00 45 26 Contractor Compliance with Workers' Compensation Law Mine Business E i 04/02/2014 nQ i 004540 00 52 43 -ity fAer-prise Ge Agreement a 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 00 7200 Maintenance Bond Genef.,i Conditions 01/31/2012 i ii ii T 00 73 00 0073 10 c,,,.,.io,,.,enta y r,,.,difi np Standard City Conditions of the Construction Contract for Developer n7inm�vzi 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 ni i Preconstruction Meeting D ;o .� 08/30/2013 i 2n onoz 01 32 33 Meetings Preconstruction Video 07i012 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0158 13 Temporary Project Signage 04/07/2014 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 02/14/2018 01 74 23 Cleaning 04/07/2014 0177 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 82413 Seleetiye Site Tlemel;tie Division 03 - Concrete 033000 e'en Z. PL�a Genefet;✓ 03 ?/1 13 Gef4r-alled Tow St engti, T\R.,ter-i l (rT SM4 Division 26 - Electrical 260543 Uade-gr-e,,..,1 Distets a -a Raee,: ays f L l ootl aal Fjysteffts Division 31- Earthwork 31 0 Site Gleafin 3,�6 1JZil kaoc6fea >r*ey tier Z 1�r�z3 BefFe Z 1� 1 24 00 1 /". i—ansk9f4s 313600 dens Z1�v0 Division 32 - Exterior Improvements 32 01 18 Tempefary AaOalt Per.,;.., Repaif 32 1123 Flexible Base Coufses 32 9 Lime e rr e tea Base Gets see '27�T Liquid T -ea4e l Se l Stab lizef 32 1216 Asphalt Pa-ving '27�3 Asphalt t Pa-yi g Gr-aek Sea its 32 13 3 C ete n 32 1 41 4 16 BfUk TJ:xt,%-,4 ig '27�3 C ner-Ste r,,..l. and Q&Ae-s and Valley r_„ttefs- Date Modified CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 • Division 33 - Utilities 330130 Sewer- and Manhole Testing '22�T Closed 7 Gi (CCTV) Television (CCT\ hispeeti ,.. 3303 10 NW./mg af Existing Sewer- Systems 33 04 11 Ceffesien Gentfel Test Stations 33 04 40 (`leai.;n...,-a A. eept.,nee Testing of AxT4e- Mains 33 04 50 Cleaning of Sewer- Mains Lifie 05 12 Water-Water-e I e v 3305 � 13.10 Fr -a -me, Eevef a -a i Grade Rings Composite 33 nc n 1 0!0, Imlots, Valve Be*ess, a -ad Other- vtfuetufeste Gfade Tz '2'2�0 (`one -ete AxT4e - Vaults 33 05 20 330521 TuNrewl line 330522 22 Stool Casing P;pe 3 Z�3 Hand Tumeli*g 33-05 24 Piro in Casing 3y Tummol :iff.af Plate 330526 TT i!it-y ,, ar-ker-s/ ,,e ter-s 33 1111 05 Belts Nu4s and Gaskets 3/3 11 11 Diietile I,.e Fittings i 3/3 11 13 Eeaeiet3 Pr000uro Pira, Baf Wfapped, Stool Cylindef Type 33 11 14 Burie Stool Pipe .,n F-44 ng } Large e Water- Meters 33 1220 ResiliefA Seated Gate Valve 33 1221 AWW-A Rubbef: Seated Butter -fly Valves ZZ�5 Conneetionrto `I7 22�0 !''...,-.1.iaa4 e Air- - A7a4ye Assemblies F Potable AATmef Systems 33 4240 Fire 33 1250 aitO1 Z '. S 33 1260 StandaM Blow off Valve Assemb! CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 i? ] l3 Fibzyglxe Raifif f:ee l Pipe for- n a-y ty e. a:tafy eo,,,o,� 3,32 ?% IS High Pefis4 Polyethylene (1 PPE) Pipe Eareitaj ref 333121Pelyvi"!Ewrnlor, er- 11 41�z SON F%%1t, 171%X�'4g 33 39 30 Fibm0w0 lees 33 39 40 Write. awe . n eeess Cha of (WAG) r) 132 11 11 High Density Polyethylene (1 PPE) Pipe f0 CtM !)ya..s ✓� 11 121 Reinfefeed n lyeti,lefte (ERPB) Piro 33-46 00 Stibdr-a7ia ge 3�-46-01 Slettett S o z'm Dwms 3�-46 02 TFffio i Drwi:,-�z 33 49 10 Cud, is P.Vae Manholes ,.,.,d r,inetie Bees 33 4940 Storm TDioina e Head -walls .-ada-ad Wr,,...w..11s Division 34 - Transportation 34 ^�-�z-Z 0.01 Attaehmeat A riGealfeYYer- Cabiiiet 34 41 10.02 n t p ntt� ael�;nel�rB � ��t�e�le1'Seeif eatlen 14 1 10.03 A44aehment G Se twar-e vpeei ieatie ?/1 11 11 Tom,.,.,-afy T,-.,ffie Signals 311 11 13 Ro,.,eving T,-..ff e Signals ?/1 11 1f Reetanguka is/.d Fkwhin5 3�-41-20 Readw rllumx-W. e A &seffA lies 34 4120.01 -Afta6al LBD P.aadw Duon.iwkra-s 34 .� 1jawrmairvs 34 4120.03 -Residortk,! LT'r' - L,wrrmra�m 34 4130 AlumKmim. F/wis CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.2ov/ti)w/contractors/ or httvs:Happs.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 01/24/2025 03 34 13 Controlled Low Strength Material (CLSM) 01/24/2025 03o 34 16 ron e -ete Base TiTater- a for- Tr-eneh DoPa ff* 12/'fez 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical q6 05 10 Demolition f T71o,.4iea Systems 12/7rz�-2042012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 3124 nn r.1 01 /2842014 31 25 00 313600 1� Erosion and Sediment Control Giens 12/20/2012 1 l�r20ao z 1 /'f�r2042012 3 Division 32 27� Ripr-ap - Exterior Improvements Do,-......, Do,,.ai Asphalt Pa-y 2 12/7zzr20/i014 32-01 18 320129 ei4 ng Tempef ary Aooralt Pcr. r fef:ete Pa-y ng D opal 12/2042012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Gawyant Tra toa Base r 12/20a012 3'� Z 7�v Liquid Tf ea4ed Sail ErlaHizeaf A s..hak Paving 09/�t5 1 2 /'fizr2042012 27�3 32 13 13 A s..hak Pa-yi g G-aek Se la is Concrete Paving 12/7rc 20a012 01/24/2025 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32114 116 Bfi-Al' U-.XtzV :4Rg 12 /�4-2 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 1 ^7 25 Gu -b Adozz 11/04,9013 3231 a Gates 2 12/20Q01 3 C�nr. F��r� �=z 323126 W .o Fenees and Gates 12/20QO z 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 3293 43 Trees ai}d arubc 12/�1-2 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 33 04 11 % r (`.,.-.•esio.. !'',,.Afel Test Stations 12/20QO12 33 04-12 33 04-30 33 04 40 Magaesith% Anode C thed Pr-ete tie Syste ' Te 'pe-.,-.,W.,ter-Sef-, a Cleaning and Acceptance Testing of Water Mains 12/20QO12 07/n�ii 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 12/'fr�-zvriviz 330520 33-05-21 Auger- BeFing Tu�rr.wl r �n ar- Pla4e 11 /7z 33 05 22 Steel Casing Pipe 12/20/2012 3 d Tu�rewlixg 12/2n/2n1�2 � 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate TT444y TiT.,dEe-s/T 06/19/2013 12/7 330526 26 33 05 30 ....., efs Location of Existing Utilities z 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 ?� .� 11 1., o Ba f IALF,.'pe Stool Cylinder- Type Ee1�e�et� P�O�ro Pik.,, on1 /24QO25 ?i3 11 11 wed Dejd PRir_ ara� 12/�12 1 1 ks n .o St esse,l C fer-ete Cylinder- Pipe 33 1210 Water Services 1-inch to 2-inch 02/14/2017 l.. 12 11 T .fge Wa4e - Metef:s 12/20QO12 33 1220 Resilient Seated Grate Valve 12/20/2012 �1 AWW k Ru bor F• ea4e.l Bi4ter-fly Valves 12/7�-zvrzviz 33 1225 Con.,nection to Existing Water Mains 02/06/2013 3�- 1230 1�1 Con"'a�bi.'�'I!.1af Air- Valve Assemblies iV"���ti�.'. rzi `xl.,to, Systems 1 2/�rzv/ioiz 33 1240 Fire Hydrants 01/03/2014 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 Z Zino 33 12 60 �CitoY°�.Za ". Stations St.,n,1.,,.,a Blow „f'f Valve Assembly 12 /2042012 �z 06/19,9013 33 31 2 33 31 3 n,,.oa in Dlaee Pipe irmn4 Fibefg1wo I_ok-f;,fee Pipe for- r ..,.,;tEG,.Aitaly-Sewefs 11 /�12 12/20a012 �z '-'Z ?% 1.'s High Teri,+-, Polyethylene (1 PPE) Pipe Sar_ lady of 12/fizr20,L2 z 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe D- fle l,fide tafy 06/19/2013 ZZ 3121 Gr-a-,;ty Sa-a Polyvinyl C (PVC) Closed Sewer- Pipe r12r20r/2012 �2 31�3• Sanitary S SewDr E"I.i� .r ��rrn g C`a-a t.,,-y lafgemot 12/20/2012 �� 12/'f�-zvriviz 33 31 50 Sewer- Pipe -E Sanitary Sewer Service Connections and Service Line 04/26/2013 33 39 10 Cast -in -Place Concrete Manholes 1\R.. 12/20/2012 12/r�avriviz 333930 30 33 39 60 Fiber -glass heles Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 1 11 High Deasiyy Polyethylene (1 PPE) Pipe f r �YFa1.S 12/2n/2n12 izravravzz 1 12 33 4600 Reififef:eed Polyetl.leae (ERPE) Pipe Stibdfainage- 1143,L2015 11 /�12 33 4601 Slotted St3rm r �,rc. n�/no 1�, 011 3-3-4H-02 Tf^rr�l! D,�a�i�r.w n�/n1 /2n1 ,>1 z 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 4940 Storm Dminage Headwalls ,-ad W;,.,..:,,.11s n�/no 1�, 011 Division 34 - Transportation 3n n�no_11 34 ^� n-i 0.02 Attaehmealt A GefA eller- Ca ine Attaehmeat BC—entfolhz fr �o�a�n in Att-aGttmeat'G Se twafe-Speeiieatie Tempe -a-y T,-., ffie Signals 11 /i�15 01 02 01Y2012 1 11 1 /f�013 34 ^�-4z-i .03 34�-41-11 34 41 13 ?/I 11 if Removing T,-., f e Signals Reetangula RaTxd Fk-.\AAivs Beaean 1 2 /7rc�-20a012 1111 /�l-3 34 416 gedoat6aA I-I;bfid-Sigoa4 11 /'�13 34 41 20 Roadway Illumination Assemblies 12/20/2012 3n n�nol= Aftar�l. T �T� il�ay T �amir�vr.�rs 06/1c/2n15 ,� 34 ^�02 Freeway LED D...,.1w.,., !-/wwK&Yas 06/iovrr5/ivi-5 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs T 11/12/2013 34 41 500 3471 13 Single ede Fiber- Optie Cable Traffic Control 02/moo 11/22/2013 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 8 of 8 GG4-.9 'k-woLlality o GC-4.02 Subsurface and Physical Conditions FE-4.06 It � \rdow Brriirormrr�:1 Condition , + Site GG 6.07 lVag&R-CeS GG-6-M n?i mitv".a r T 1 1`t��:arrra��ti�: GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised March 20, 2020 WATER, SEWER, & DRAINAGE IMPROVEMENTS Northpointe Phase 4 DAP - BID PROPOSAL Page 1 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential UNIT PRICE BID Project Item Information Bidlist Item No. Description 1 3305.0003 8" Waterline Lowering 2 3305.0109 Trench Safety 3 3311.0001 Ductile Iron Water Fittings w/ Restraint 4 3311.0241 8" Water Pipe 5 3312.0001 Fire Hydrant 6 3312.0117 Connection to Existing 4"-12" Water Main 7 3312.2003 1" Water Service 8 3312.3003 8" Gate Valve 9 9999.0001 1" Irrigation Service 10 9999.0002 1.5" Irrigation Service 11 9999.0003 8" DIP Water, CLSM Backfill 12 9999.0004 20" Steel Encasement 13 9999.0005 Remove Irrigation Control Box 14 9999.0006 Remove Irrigation Valve 15 9999.0007 Remove and Re -Install Fire Hydrant Specification Section No. UNIT I: WATER IMPROVEMENTS Bidder's Application Bidder's Proposal Unit of Bid Quantity Unit Price Bid Value Measure 33 05 12 EA 9 $ 4,400.00 $ 39,600.00 33 05 10 LF 2868 $ 0.10 $ 286.80 331111 TON 1.10 $ 10,100.00 $ 11,110.00 33 11 10, 33 11 12 LF 2809 $ 45.40 $ 127,528.60 33 12 40 EA 6 $ 7,920.00 $ 47,520.00 33 12 25 EA 2 $ 1,500.00 $ 3,000.00 331210 EA 64 $ 1,360.00 $ 87,040.00 33 12 20 EA 11 $ 2,450.00 $ 26,950.00 00 00 00 EA 2 $ 1,360.00 $ 2,720.00 00 00 00 EA 2 $ 2,300.00 $ 4,600.00 00 00 00 LF 59 $ 96.50 $ 5,693.50 00 00 00 LF 20 $ 180.00 $ 3,600.00 00 00 00 EA 2 $ 100.00 $ 200.00 00 00 00 EA 3 $ 270.00 $ 810.00 00 00 00 EA 1 $ 3,100.00 $ 3,100.00 TOTAL UNIT I: WATER IMPROVEMENTS $363,758.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal_ Trails of Elizabeth Creek Phase 10 Northpointe Phase 4 DAP - BID PROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistoItem� Description Specification Section No. Unit of Bed Quantity Unit Price Bid Value e UNIT II: SANITARY SEWER IMPROVEMENTS 1 0241.2013 Remove 8" Sewer Line 0241 14 LF 62 $ 16.00 $ 992.00 2 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 1 $ 500.00 $ 500.00 3 3301.0002 Post -CCTV Inspection 3301 31 LF 2671 $ 2.60 $ 6,944.60 4 3301.0101 Manhole Vacuum Testing 3301 30 EA 17 $ 140.00 $ 2,380.00 5 3305.0109 Trench Safety 3305 10 LF 2671 $ 1.00 $ 2,671.00 6 3305.0113 Trench Water Stops 33 05 15 EA 8 $ 400.00 $ 3,200.00 7 3331.3101 4" Sewer Service 3331 50 EA 66 $ 1,230.00 $ 81,180.00 8 3331.4115 8" Sewer Pipe - SDR 26 33 11 10, 33 31 12,3331 20 LF 2671 $ 57.56 $ 153,742.76 9 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12,3331 20 LF 254 $ 50.00 $ 12,700.00 10 3339.0001 Epoxy Manhole Liner 33 39 60 VF 31 $ 395.00 $ 12,245.00 11 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 16 $ 4,580.00 $ 73,280.00 12 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 51.2 $ 214.00 $ 10,956.80 13 9999.0008 Connect to Existing 4' Manhole 00 00 00 EA 1 $ 1,600.00 $ 1,600.00 14 9999.0009 Remove Existing 4" Sewer Service 00 00 00 EA 1 $ 500.00 $ 500.00 15 9999.00010 Adjust Existing Manhole Depth 00 00 00 EA 1 $ 1,410.00 $ 1,410.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $364,302.16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forrn Version May 22, 2019 00 42 43_Bid Proposal_ Trails of Elizabeth Creek_Phase 10 Northpointe Phase 4 DAP - BID PROPOSAL Page 3 of 4 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential Description 1 3305.0109 Trench Safety 2 3341.0201 21" RCP, Class III 3 3341.0205 24" RCP, Class III 4 3341.0208 27" RCP, Class III 5 3341.0302 30" RCP, Class III 6 3341.0409 48" RCP, Class III 7 3349.0001 4' Storm Junction Box 8 3349.0002 5' Storm Junction Box 9 3349.5001 10' Curb Inlet 10 3349.5002 15' Curb Inlet 11 3349.5003 20' Curb Inlet 12 3349.7001 4' Drop Inlet 13 9999.0011 Inlet Protection 14 9999.0012 Connect to Existing Junction Structure 15 9999.0013 Convert Existing Drop Inlet to Junction Structure Project Item Information Bidder's Application Bidder's Proposal Specification Section No. Unit ofMeasure Bid Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROV =MENTS 33 05 10 LF 1881 $ 0.50 $ 940.50 3341 10 LF 146 $ 75.00 $ 10,950.00 3441 10 LF 1081 $ 84.00 $ 90,804.00 3341 10 LF 228 $ 98.00 $ 22,344.00 3341 10 LF 282 $ 105.00 $ 29,610.00 3341 10 LF 144 $ 213.00 $ 30,672.00 33 49 10 EA 4 $ 5,800.00 $ 23,200.00 34 49 10 EA 1 $ 6,600.00 $ 6,600.00 33 49 20 EA 6 $ 5,730.00 $ 34,380.00 33 49 20 EA 2 $ 8,000.00 $ 16,000.00 33 49 20 EA 2 $ 11,500.00 $ 23,000.00 33 49 20 EA 1 $ 6,200.00 $ 6,200.00 00 00 00 EA 11 $ 140.00 $ 1,540.00 00 00 00 EA 1 $ 700.00 $ 700.00 00 00 00 EA 1 $ 4,400.00 $ 4,400.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $301,340.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_Bid Proposal_ Trails of Elizabeth Creek_Phase 10 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential UNIT PRICE BID Northpointe Phase 4 DAP - BID PROPOSAL Page 4 of 4 Bidder's Application Project Item Information Bidder's Proposal BidlistoItem Description Specification Section No. Measure Unit of I Bid Quantity Unit Price Bid Value Bid Summary UNIT I: WATER IMPROVEMENTS $363,758.90 UNIT II: SANITARY SEWER IMPROVEMENTS $364,302.16 UNIT III: DRAINAGE IMPROVEMENTS $301,340.50 UNIT IV: PAVING IMPROVEMENTS N/A UNIT V: STREET LIGHTING IMPROVEMENTS N/A Total Construction Bid $1,029,401.56 This Bid is submitted by the entitv named below: BIDDER: Burnsco Construction, Inc. 6331 southwest Boulevard Benbrook, Texas 76132 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION BY: Albert • tge. r TITLE: Vice President f} DATE: March 6, 2025 40 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 0042 43_Bid Proposal_ Trails of Elizabeth Creek Phase 10 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Mai or Work Tvoe" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for Davine. Major Work Type Contractor/Subcontractor Company Name Water and Wastewater mains (all sizes) Burnsco Construction, Inc. for New development using open cut and trenchless construction methods Prequalification Expiration Date 6/30/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Burnsco Construction, Inc. BY: Albert Grantge 6331 Southwest Boulevard Benbrook, Texas 76132 (Signature) TITLE: Vice President DATE: February 27, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_ 1 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 RZ 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105740. 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: Burnsco Construction, Inc. Company 6331 Southwest Boulevard Address Benbrook, Texas 76132 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Albert Grantees ( leas Pri t) Signature: Title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Albert Grantges , 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 Burnsco Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ZbkO day of rJ ry a vu 2025. I ---------- a CESILIA CANALES Notary ID#131652996 My Commission Expires July 24, 2026 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Trails of Elizabeth Creek, Phase 10 City Project No. 105740 2 SECTION 00 52 43 AGREEMENT 00 5243 - l Developer Awarded Project Agreement Page l of 4 3 4 THIS AGREEMENT, authorized on 3l6/Z°zf is made by and between the Developer, 5 Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas ("Developer") , and 6 Burnsco 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 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 Trails of Elizabeth Creek, Phase 10 17 City Proiect No. 105740 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 40 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Trails ofElLabefh Creek, Phase /0 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of One Million Twenty -Nine Thousand Four Hundred 41 One Dollars and Fifty -Six Cents (S 1,029,401.56). 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 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings, 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused, iIl whole or in part, by anv act, omission, or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by anv act, omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Trails ofElizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 Contractor: Burnsco Construction, Inc. By: r _ (Signatur� Albert Grantges (Printed Name) Developer: Forestar (USA) Real Estate Group, Inc. By: (Signature) Stephen Brim (Printed Name) Title: Vice President Title: Vice President Company Name: Burnsco Construction, Company name: Forestar (USA) Real Estate Inc. Group, Inc. Address: Address: 6331 Southwest Boulevard 2221 Lamar Blvd Suite 790 City/ State/ Zip: Benbrook, Texas 76132 3/G ( 2oa- Date 128 City/State/Zip: Arlington, Texas 76006 3/G/ZoLS— Date CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16,2016 Bond #022241988 0062 13 - I PERFORMANCE BOND Page 1 of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Burnsco Construction, Inc., known as "Principal" herein and 9 Liberty Mutual Fire 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, Forestar (USA) Real Estate Group, Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the penal sum of, One Million Twentv-Nine Thousand Four Hundred 14 One Dollars and Fiftv-Six Cents ($1,029,401.56), lawful money of the United States, to be paid 15 in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made 16 jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 17 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 CFA25-0013; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 6th day of March , 20 25, 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 Trails of Elizabeth Creek, Phase 10. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 6th day of 9 March , 20 25 . 10 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 ATT (Prinei Secretary MPA-_, Witness as to Principal Witness as to Surety PRINCIPAL: Burnsco Construction, Inc. BY: Signature Albert Grantees, Vice President Name and Title Address: 6331 Southwest Boulevard Benbrook, Texas 76132 SURETY: Libertv Mutual Fire Insurance Company BY:J? Si nature Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 *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 Trails of Elizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 Bond #022241988 0062 14 - 1 PAYMENT BOND Page 1 of 2 I 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, Burnsco Construction, Inc., known as "Principal" herein, and Liberty Mutual Fire Insurance Company 8 a corporate surety (or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar 11 (USA) Real Estate Group, Inc., authorized to do business in Texas "(Developer"), and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Million Twenty- 13 Nine Thousand Four Hundred One Dollars and Fiftv-Six Cents ($1,029,401.56), lawful money of 14 the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 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, jointly 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 Number CFA25-0013; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 6th day of March , 20 25 , 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 Trails of Elizabeth Creek, Phase 10. 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 Trails of Elizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 6th day of 6 March , 20 25 PRINCIPAL: Burnsco Construction. Inc. S, ATTEyS BY: Signature /(ipal) Albert Grantaes. Vice President Secretary Name and Title Address: 6331 Southwest Boulevard Benbrook. Texas 76132 Witness as to Principal SURETY: Libertv Mutual Fire Insurance Comnanv ATTEST: BY: AN, 4vdo Signature VYL,..Z Sophinie Hunter, Attorney -In -Fact (Surety) Secretary Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Witness as to Surety Telephone Number: 214-989-0000 7 8 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 9 bylaws showing that this person has authority to sign such obligation. if Surety's physical 10 address is different from its mailing address, both must be provided. 11 12 THE DATE OF THE BOND SHALL NOT BE PRIOR TO THE DATE THE CONTRACT 13 IS AWARDED. 14 END OF SECTION CITY OF FORT WORTH Trails oJ'Elizabeth Creek. Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Prqject No. 105740 Revised January 31, 2012 Bond #022241988 0062 19- 1 MAINTENANCE BOND Page I of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Burnsco Construction. Inc., known as "Principal" herein and 9 Liberty Mutual Fire 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, Forestar (USA) Real Estate Group, Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the sum of, One Million Twenty -Nine Thousand Four Hundred One 14 Dollars and Fiftv-Six Cents ($1,029,401.56), lawful money of the United States, to be paid in 15 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly 16 unto the Developer and the City as dual obligees and their successors, we bind ourselves, our 17 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 18 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 CFA25-0013; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 6th day of March , 20 25 , 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 Trails of Elizabeth Creek, Phase 29 10; 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 Trails of Elizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 006219-2 MAINTENANCE BOND Page 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 reconstruct 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, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Trails of Elizabeth Creek, Phase 10 Cq, Project No. 105740 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 6th day of 3 March 2025 . 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 AT ST (P ' ipal) Secretary "ILI Witness as to Principal ATTEST: PRINCIPAL: Burnsco Cons ruction, Inc ^; h� BY: Signature Albert Grantees, Vice President Name and Title Address: 6331 southwest Boulevard Benbrook, Texas 76132 SURETY: Libertv Mutual Fire InsurancQ fCompaa BY: Sig ature Sophinie Hunter, Attorney_-in-F_act Name and Title &,,A- Aldiuc _ Address: 2200 Renaissance Blvd., Suite 400 (Surety) Se tary Kinq of Prussia, PA 19406 Witness as to Surety Telephone Number: 214-989-0000 *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 Trails of Elizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty LibertyMutual Fire Insurance Company Mutual... Wausau, Wisconsin Certificate No: 8205468-022020 SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint Don E. Cornell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tone Petranek all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorneys) -in -fact, with full power and authority hereby conferred in their/its name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as their/its act and deed, without power of redelegation, as follows: Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Company(ies), and all the acts of said attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Appointment of Adomeys-in-Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as 7— amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint attomeys-in-fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make �; E aa) execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. •2 o m IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed, c w this 23rd day of April 2021 E rn Liberty Mutual Fire Insurance Company U N �«U- yF\f\E INSGq w s O � p24p0.POgq�`9yC.�� O °) mI 1908.srrn�t' `'�`' >� .+0 co rd�e Esc*eSFada By David M. Carey, Assistant Secretary a O O a) > _ }?° 04) m io Attest: f �`a��-� (1 Q o rn N Heather B. Magee o ov O N a`) State of PENNSYLVANIA 3. °O 'to'— County County of MONTGOMERY ss a M o` (D The foregoing instrument was acknowledged before me this 23rd day of April 2021 by David M. Carey, an authorized representative of Liberty Mutual Fire Insurance o Insurance Company. Ucc > N_' Commonwealth of Pennsylvania - Notary Seal O N 0 Z Teresa Pastella, Notary Public �h� U Montgomery County (/ t /yy, ®pg 0 0 t My commission expires March 28, 2025 By: �it,[�a-0� L�..�M- d� Ll C Commission number 1126044 ;(`;'Yi`�� •s Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public y CERTIFICATE I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attomeys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company 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 signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 61h day of March 2025. Q\{tE INSG QY OpPONS,,, rr. By 1908 o Renee C. Llewellyn, Assistant Secretary rd, h�sc0Nsaaa3 9jI * T,C\ LMS-22023 03/21 TEXAS IMPORTANT NOTICE To obtain information or make a complaint You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://www.tdi.texas.Qov E-mail: ConsumerProtection(d�tdi.texas.aov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. 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. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtection4,tdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o 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. NP70680901 LMS-15292 10/15 PAVING & STREET NAME SIGNS IMPROVEMENTS UNIT PRICE BID Project Item Information Bidlist I Description Item No. 1 3211.0400 Hydrated Lime (30 Ibs/sy) 2 3211.0400 Hydrated Lime (36 Ibs/sy) 3 3211.0501 6" Lime Treatment 4 3211.0702 8" Lime Treatment 5 3213.0101 6" Conc Pvmt 6 3213.0301 4" Conc Sidewalk 7 3213.0506 Barrier Free Ramp, Type P-1 8 3213.0501 Barrier Free Ramp, Type R-1 9 3213.0504 Barrier Free Ramp, Type M-2 10 3291.0100 Topsoil 11 3292.0100 Block Sod Placement 12 9999.0014 7.5" Conc Pvmt 13 9999.0015 Remove Barricade & Connect to 14 9999.0017 Stop Signs 15 9999.0018 Street Name Blade Pair 16 9999.0019 Street Sign Pole UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential Bidder's Application Bidder's Proposal Specification Section No. (Unit of IBid Unit Price I Bid Value Measure Quantity UNI" IV: PAVING IMPROVEMENTS 31 11 29 TN 119.5 $315.00 $37,642.50 321129 TN 46.4 $315.00 $14,616.00 321129 SY 7965.0 $5.68 $45,241.20 331129 SY 2575.0 $4.30 $11,072.50 321313 SY 7495 $52.65 $394,611.75 32 13 20 SF 5720 $7.25 $41,470.00 32 13 20 EA 5 $1,750.00 $8,750.00 32 13 20 EA 1 $3,105.00 $3,105.00 32 13 20 EA 1 $2,745.00 $2,745.00 3291 19 CY 311 $67.65 $21,039.15 32 92 13 SF 5603 $1.28 $7,171.84 00 00 00 SY 2405 $64.05 $154,040.25 00 00 00 EA 1 $1,500.96 $1,500.96 00 00 00 EA 3 $95.00 $285.00 00 00 00 EA 5 $250.00 $1,250.00 00 00 00 EA 3 $250.00 $750.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $745,291.15 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential Bidder's Application Project Item Information Bidder's Proposal Bidlist Description I Specification Section IUnit of IBid Unit Price I Bid Value Item No. No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS $745,291.15 UNIT V: STREET LIGHTING IMPROVEMENTS Total Construction Bid $745,291.15 This Bid is submitted by the entity named below: BIDDER: Gilco contracting, Inc. 6331 southwest Boulevard Benbrook, Texas76132 BY: LAQuien G q `" ``- TITLE: Vice President DATE: March 6, 2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 35 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION N/A N/A N/A N/A OD 45 ] 2 DAP PREQUALIFICATION STATEMENT Page 1 di SECTION 00 45 12 DAP—PREQUALIF[CATION 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. En the "Maior Work Tvve" box provide the complete maior work tvve and actual description as provided by the Water Department for water and sewer and TPW for ❑avine. Major Work Type Contractor/Subcontractor Company Name Prequalification y } Expiration Date The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Giico Contracting, Inc. BY: Leia McQuien 6331 Southwest Boulevard Benbrook, Texas 76132 (Signature) TITLE: Vice President DATE: March 6, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CON STRUCTI ON ARE CLUALI F ICATION STATEMENT— DEVELOPE R AWAR DED PROJECTS D04512_1PregwIlficationStatement 2015 DAP Form Version September 1, 2D 15 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 WORKERS COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKERS 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. 105740. 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: Gilco Contractive. Inc. By: Lela McOuien Company ��/,�t (Please Print) �/� 6331 Southwest Boulevard Signature: r �(/�-- 1 Y I Address Benbrook. Texas 76132 Title: Vice President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT TEFORE MM the undersigned authority, on this day personally appeared P.i�Y (% P oui ly') , known to me to be the person whose name is subscribed to the foie oing 1 torment, and acknowledged to me that he/she executed the same as the act and deed o$� g Z�z .r,�i l) fIC , for the purposes and consideration therein expressed and in the capacity therein stated. GIyEN UNDER NI DER Y HAND AND SEAL OF OFFICE this '�'1_day of IR /wbl•-° EMMRTMINER �J I Nally Publrc,BMIdTW L/I�In yt/tn My COmmilNMI EtQNYYrlPj 1l 2aM otary u Ic in and or a tate of Texas `"^•".''+�"'" NOTARY 10 f33C0�ti ..i END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised A,,d 2,2014 T mis.Ahmhoh Creek P&aa 10 6ryP jwtNo. 105740 2 SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Pagel of 4 3 4 THIS AGREEMENT, authorized on is made by and between the Developer, 5 Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas ("Developer") , and 6 Gilco Contracting. 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 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 Trails of Elizabeth Creek. Phase 10 17 City Project No. 105740 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 35 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Trails of Elizabeth Creek. Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 105740 Revised June 16. 2016 005243-2 Developer Awarded Project Agreement Page 2 or4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Seven Hundred Forty -Five Thousand Two lAundred 41 Ninety -One Dollars and Fifteen Cents {$745.291.15). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Trails ofElicabeth Creek. Phase 10 STANDARD CONSTRucTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16- 2016 005243-3 Developer Awarded Project Agreement Page 3 of 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 Lqught were caused, in whole or in hart. by anv act. omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is snecifically intended to operate and be effective even if it is alleged nr 95 proven that all or some of the damages being sought were caused, in whole or in hart, 96 by anv act, omission or ne1'tence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or III unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Trails of lr_aberh Creek. Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 Contractor: Gilco Contracting, Inc. Developer: Forestar (USA) Real Estate Group, Inc. By.L1 , `�' `� By: 6K (Signature) (Signature) Leia McQuien Stephen Brim (Printed Name) Title: Vice President Company Name: Gilco Contracting, Inc. Address: 6331 Southwest Boulevard City/ State/ Zip: Benbrook, Texas 76132 3/ V/2a2s Date 128 (Printed Name) Title: Vice President Company name: Forestar (USA) Real Estate Group, Inc. Address: 2221 Lamar Blvd Suite 790 City/State/Zip: Arlington, Texas 76006 3/(01Z02 f Date CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 2/25/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Amber Agulrrebena Frost Insurance - Fort Worth PHONE FAX 640 Taylor Street, Suite 1000 I (A/C. No. Ext): 817-420-5700 (A/C, No): 817 420-5750 Fort Worth TX 76102 I ADDRESS: ambera@frostinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # License#: 7298 INSURERA: Continental Insurance Company 35289 INSURED GILCCON-01 INSURERB: National Fire Insurance Company of Hartford 20478 3 Contracting, Inc. 631 Southwest Blvd. I INSURERC: Great American Insurance Group 16691 331 Fort Worth TX 76132 I INSURER D : Valley Forge Insurance Company 20508 INSURERE: Federal Insurance Company 20281 INSURERF: Illinois Union Insurance Co. 27960 COVERAGES CERTIFICATE NUMBER: 1504119220 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY 7091972038 6/20/2024 6/20/2025 EACH OCCURRENCE $ 1 000 000 F _V� DAMAGE RENTED CLAIMS -MADE OCCUR PREM SESO(Ea occurrence) $ 500,000 X X,C,U Incl. MED EXP (Any one person) $ 15,000 X Contract Lia Inc PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PE 2,000,000 POLICY LOC PRODUCTS - COMP/OP AGG $ OTHER: $ B AUTOMOBILE LIABILITY 7091972010 6/20/2024 6/20/2025 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY $ AUTOS ONLY AUTOS (Per accident) X HIRED X NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) C X UMBRELLA LIAB OCCUR TUUF20492700 6/20/2024 6/20/2025 EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS -MADE H AGGREGATE $ 10,000,000 DED I X I RETENTION $ n $ D WORKERS COMPENSATION WC791972041 6/20/2024 6/20/2025 X I PER OTH- STATUTE ER AND EMPLOYERS' LIABILITY Y ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A ❑ (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 E Inland Marine 6716403 6/20/2024 6/20/2025 Leased/Rented Equip. 700,000 F Pollution Liability CPYG47473767001 6/20/2024 6/20/2026 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Trails of Elizabeth Creek, Phase 10 City Project No. 105740 The General Liability and Auto Liability policies includes a blanket Additional Insured endorsement that provides such status to the Certificate Holder when required by contract. The General Liability policy contains an Additional Insured endorsement with "Primary & Non -Contributory" and "Completed and On -Going Operations" wording. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 100 Fort Worth Trail Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE United States J), @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: GILCCON-01 LOC #: _ ACCOR" ® ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Frost Insurance - Fort Worth Gilco Contracting, Inc. 6331 Southwest Blvd. POLICY NUMBER I Fort Worth TX 76132 CARRIER NAIC CODE I EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Page 1 of 1 The General Liability, Auto and Workers Compensation policies contain a blanket Waiver of Subrogation endorsement that provides this feature when required by contract. The Umbrella Liability policy is follow -form subject to the terms and conditions of the underlying policies which include the General Liability, Pollution Liability, Professional Liability, Auto Liability and Workers Compensation. 30 Day Notice of Cancellation applies ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage; and C. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: 1. Coverage broader than what you are required to provide by the written contract; or 2. A higher limit of insurance than what you are required to provide by the written contract. Any coverage granted by this Paragraph I. shall apply solely to the extent permissible by law. II. If the written contract requires additional insured coverage under the 07-04 edition of CG2010 or CG2037, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage. III. But if the written contract requires: A. Additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10 01 edition of CG2037; or B. Additional insured coverage with "arising out of" language; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. CNA75079XX (3-22) Page 1 of 3 The Continental Insured Name: GILCO Insurance Co. CONTRACTING, INC. Policy No: 7091972038 Endorsement No: 3 Effective Date: 0 6/ 2 0/ 2 0 2 4 Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities; or B. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. VI. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this Coverage Part: Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. Primary and non-contributing with other insurance available to the additional insured; or 2. Primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. Give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. Send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. Make available any other insurance, and endeavor to tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to other insurance under which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. CNA75079XX (3-22) Page 2 of 3 The Continental Insured Name: GILCO Insurance Co. CONTRACTING, INC. Policy No: 7091972038 Endorsement No: 3 Effective Date: 0 6/ 2 0/ 2 0 2 4 Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Vill. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: A. Was executed prior to: 1. The bodily injury or property damage; or 2. The offense that caused the personal and advertising injury; for which the additional insured seeks coverage; and B. Is still in effect at the time of the bodily injury or property damage occurrence or personal and advertising injury offense. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (3-22) Page 3 of 3 The Continental Insured Name: GILCO Insurance Co. CONTRACTING, INC. Policy No: 7091972038 Endorsement No: 3 Effective Date: 0 6/ 2 0/ 2 0 2 4 Copyright CNA All Rights Reserved. DNA Business Auto Policy Policy Endorsement 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SECTION II — WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. Form No: CNA63359XX (04-2012) Policy No: BUA 7091972010 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 06/20/2024 Endorsement No: 13; Page: 1 of 4 Policy Page: 67 of 277 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA Business Auto Policy Policy Endorsement C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per accident. E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. Form No: CNA63359XX (04-2012) Policy No: BUA 7091972010 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 06/20/2024 Endorsement No: 13; Page: 2 of 4 Policy Page: 68 of 277 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA F. Electronic Equipment Business Auto Policy Policy Endorsement Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for loss to a covered auto in any one accident is the lesser of: (1) $5,000; or (2) 20% of the auto's actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: a. An auto owned by that "executive officer" or a member of that person's household; or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered auto; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 3 of 4 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7091972010 Policy Effective Date: 06/20/2024 Policy Page: 69 of 277 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA Business Auto Policy Policy Endorsement (4) Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 4 of 4 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7091972010 Policy Effective Date: 06/20/2024 Policy Page: 70 of 277 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury— Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Policy No: 7091972038 Page 1 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 7091972038 Page 2 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Policy No: 7091972038 Page 3 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No: 7091972038 Page 4 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Policy No: 7091972038 Page 5 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: 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 to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 7091972038 Page 6 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: m 0 a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; m 0 b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at 0 the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 7091972038 Page 7 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: 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. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 7091972038 Page 8 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 7091972038 Page 9 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 7091972038 Page 10 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; N n m b. the bodily injury or property damage first occurred after such termination date; and m c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Policy No: 7091972038 Page 11 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 7091972038 Page 12 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Policy No: 7091972038 Page 13 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Policy No: 7091972038 Page 14 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the m indemnitee; m 0 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: 0 So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE —ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Policy No: 7091972038 Page 15 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 7091972038 Page 16 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4.Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. m All other terms and conditions of the Policy remain unchanged. m 0 N This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect m on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. N O O CNA74705XX (1-15) Policy No: 7091972038 Page 17 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. DNA Workers Compensation And Employers Liability Insurance Policy Endorsement 1 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% 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: Refer to Schedule of Operations All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 42 03 04 B (06-2014) Policy No: WC 7 91972041 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 06/20/2024 Endorsement No: 8; Page: 1 of 1 Policy Page: 43 of 46 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 ° Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 2/25/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Amber Agulrrebena Frost Insurance - Fort Worth PHONE FAX 640 Taylor Street, Suite 1000 I (A/C. No. Ext): 817-420-5700 (A/C, No): 817 420-5750 Fort Worth TX 76102 I ADDRESS: ambera@frostinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # License#: 7298 INSURERA: Continental Insurance Company 35289 INSURED GILCCON-01 INSURERB: National Fire Insurance Company of Hartford 20478 3 Contracting, Inc. 631 Southwest Blvd. I INSURERC: Great American Insurance Group 16691 331 Fort Worth TX 76132 I INSURER D : Valley Forge Insurance Company 20508 INSURERE: Federal Insurance Company 20281 INSURERF: Illinois Union Insurance Co. 27960 COVERAGES CERTIFICATE NUMBER: 1153358970 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY 7091972038 6/20/2024 6/20/2025 EACH OCCURRENCE $ 1 000 000 F _V� DAMAGE RENTED CLAIMS -MADE OCCUR PREM SESO(Ea occurrence) $ 500,000 X X,C,U Incl. MED EXP (Any one person) $ 15,000 X Contract Lia Inc PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PE 2,000,000 POLICY LOC PRODUCTS - COMP/OP AGG $ OTHER: $ B AUTOMOBILE LIABILITY 7091972010 6/20/2024 6/20/2025 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY $ AUTOS ONLY AUTOS (Per accident) X HIRED X NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) C X UMBRELLA LIAB OCCUR TUUF20492700 6/20/2024 6/20/2025 EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS -MADE H AGGREGATE $ 10,000,000 DED I X I RETENTION $ n $ D WORKERS COMPENSATION WC791972041 6/20/2024 6/20/2025 X I PER OTH- STATUTE ER AND EMPLOYERS' LIABILITY Y ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A ❑ (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 E Inland Marine 6716403 6/20/2024 6/20/2025 Leased/Rented Equip. 700,000 F Pollution Liability CPYG47473767001 6/20/2024 6/20/2026 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Trails of Elizabeth Creek, Phase 10 City Project No. 105740 The General Liability and Auto Liability policies includes a blanket Additional Insured endorsement that provides such status to the Certificate Holder when required by contract. The General Liability policy contains an Additional Insured endorsement with "Primary & Non -Contributory" and "Completed and On -Going Operations" wording. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Forestar (USA) Real Estate Group, Inc. ACCORDANCE WITH THE POLICY PROVISIONS. 2221 Lamar Blvd, Suite 790 Arlington TX 76006 AUTHORIZED REPRESENTATIVE United States _D, @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: GILCCON-01 LOC #: _ ACCOR" ® ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Frost Insurance - Fort Worth Gilco Contracting, Inc. 6331 Southwest Blvd. POLICY NUMBER I Fort Worth TX 76132 CARRIER NAIC CODE I EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Page 1 of 1 The General Liability, Auto and Workers Compensation policies contain a blanket Waiver of Subrogation endorsement that provides this feature when required by contract. The Umbrella Liability policy is follow -form subject to the terms and conditions of the underlying policies which include the General Liability, Pollution Liability, Professional Liability, Auto Liability and Workers Compensation. 30 Day Notice of Cancellation applies ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage; and C. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: 1. Coverage broader than what you are required to provide by the written contract; or 2. A higher limit of insurance than what you are required to provide by the written contract. Any coverage granted by this Paragraph I. shall apply solely to the extent permissible by law. II. If the written contract requires additional insured coverage under the 07-04 edition of CG2010 or CG2037, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage. III. But if the written contract requires: A. Additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10 01 edition of CG2037; or B. Additional insured coverage with "arising out of" language; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. CNA75079XX (3-22) Page 1 of 3 The Continental Insured Name: GILCO Insurance Co. CONTRACTING, INC. Policy No: 7091972038 Endorsement No: 3 Effective Date: 0 6/ 2 0/ 2 0 2 4 Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities; or B. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. VI. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this Coverage Part: Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. Primary and non-contributing with other insurance available to the additional insured; or 2. Primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. Give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. Send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. Make available any other insurance, and endeavor to tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to other insurance under which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. CNA75079XX (3-22) Page 2 of 3 The Continental Insured Name: GILCO Insurance Co. CONTRACTING, INC. Policy No: 7091972038 Endorsement No: 3 Effective Date: 0 6/ 2 0/ 2 0 2 4 Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Vill. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: A. Was executed prior to: 1. The bodily injury or property damage; or 2. The offense that caused the personal and advertising injury; for which the additional insured seeks coverage; and B. Is still in effect at the time of the bodily injury or property damage occurrence or personal and advertising injury offense. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (3-22) Page 3 of 3 The Continental Insured Name: GILCO Insurance Co. CONTRACTING, INC. Policy No: 7091972038 Endorsement No: 3 Effective Date: 0 6/ 2 0/ 2 0 2 4 Copyright CNA All Rights Reserved. DNA Business Auto Policy Policy Endorsement 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SECTION II — WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. Form No: CNA63359XX (04-2012) Policy No: BUA 7091972010 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 06/20/2024 Endorsement No: 13; Page: 1 of 4 Policy Page: 67 of 277 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA Business Auto Policy Policy Endorsement C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per accident. E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. Form No: CNA63359XX (04-2012) Policy No: BUA 7091972010 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 06/20/2024 Endorsement No: 13; Page: 2 of 4 Policy Page: 68 of 277 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA F. Electronic Equipment Business Auto Policy Policy Endorsement Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for loss to a covered auto in any one accident is the lesser of: (1) $5,000; or (2) 20% of the auto's actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: a. An auto owned by that "executive officer" or a member of that person's household; or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered auto; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 3 of 4 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7091972010 Policy Effective Date: 06/20/2024 Policy Page: 69 of 277 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA Business Auto Policy Policy Endorsement (4) Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 4 of 4 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7091972010 Policy Effective Date: 06/20/2024 Policy Page: 70 of 277 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury— Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Policy No: 7091972038 Page 1 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 7091972038 Page 2 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Policy No: 7091972038 Page 3 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No: 7091972038 Page 4 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Policy No: 7091972038 Page 5 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: 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 to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 7091972038 Page 6 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: m 0 a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; m 0 b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at 0 the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 7091972038 Page 7 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: 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. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 7091972038 Page 8 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 7091972038 Page 9 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 7091972038 Page 10 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; N n m b. the bodily injury or property damage first occurred after such termination date; and m c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Policy No: 7091972038 Page 11 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 7091972038 Page 12 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Policy No: 7091972038 Page 13 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Policy No: 7091972038 Page 14 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the m indemnitee; m 0 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: 0 So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE —ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Policy No: 7091972038 Page 15 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 7091972038 Page 16 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4.Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. m All other terms and conditions of the Policy remain unchanged. m 0 N This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect m on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. N O O CNA74705XX (1-15) Policy No: 7091972038 Page 17 of 17 Endorsement No: 1 The Continental Insurance Co. Effective Date: 06/20/2024 Insured Name: GILCO CONTRACTING, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. DNA Workers Compensation And Employers Liability Insurance Policy Endorsement 1 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% 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: Refer to Schedule of Operations All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 42 03 04 B (06-2014) Policy No: WC 7 91972041 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 06/20/2024 Endorsement No: 8; Page: 1 of 1 Policy Page: 43 of 46 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 ° Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Bond #022241986 oa 62 13-1 PERFORMANCE BOND Page I of 2 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 8 That we, Gilco Contractine. Inc.. known as "Principal' herein and 9 Liberty Mutual Fire Insurance Company , a corporate surety(sureties, if more than 10 one) duly atuthorixed to do business in the State of Texas, known as "Surety" herein (whether one l I or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the penal sum of Seven Hundred Forty -Five Thousand Two Hundred 14 Ninety -One Dollars and Fifteen Cents ($745.291.15), lawful money of the United States, to be 15 paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be 16 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 17 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA25-0013; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 6th day of March , 24 25, 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 Trails of Elizabeth Creek, Phase 10. 26 NUW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH rr4rds of Ehwbeth Creek Phase ill STANDARD CITY CONDr ONO -- DEVELOPER AWARDED PROJECTS City Project Ao, 105746 Revised January 3I, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this band 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 6th day of 9 March 20 25 . 14 12 13 14 IS 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 ATTEST: ' (principal) c fYit4k "O� fitness as to Principal Witness as to Surety PRINCIPAL: Gilco Contractine. Inc. BY:LC-Q Signature Leia McCuien. Vice President. Omrations Name and Title Address: 6331 Southwest Boulevard Ben6rook. Texas 76132 SURETY. Liberty Mutual Fire Insurance Company BY: Si ature Sophinie Hunter, Attomey-#n_ -Fact.. Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 *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 Trails of Elt oberh Creek Ph= 10 STANDARD CTrY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105 740 Revised January 31, 2012 Bond #022241986 Vd 62 14-1 PAYMENT BOND Pap 1 of 2 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, Gilco Contracting. Inc., known as "Principal" herein, and 8 Liberty Mutual Fire Insurance Company a corporate surety (or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar 11 (USA) Real Estate Group, Inc., authorized to do business in Texas "(Developer"). and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Seven Hundred Forty- 13 Five Thousand Two Hundred Ninetv-Otte Dollars and Fifteen, Cents, ($745.291.15), 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, jointly 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 Nutmber CFA25-0013, and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 6th day of March , 24 25 , 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 Trails of Elisabeth Creek, Phase 10. 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 Trails of EltaheA Creek Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project Na. 105740 Revised January 31.2012 006214-2 PAYMEI-rr BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance: with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duty authorized agents and officers on this the 6th day of 6 March 20 25 01lI.*1IIA L•1 (Principal) Se Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Gilco Contracting. Inc. BY: Signature Leia McOuien, Vice President, Operations Name and Title Address: 6331 Southwest Boulevard Gilco Contractine_ Inc. SURETY: Liberty Mutual Fire Insurance Connony_. BY: Signatfire Sophinie Hunter, Attomey-In-Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-D000 7 S Note: If signed by an officer of the Surety, there must be on file a certified extract from the 9 bylaws showing that this person has authority to sign such obligation. if Surety's physical to address is different From its mailing address, both must be provided. 11 12 THE DATE OF THE BOND SHALL NOT BE PRIOR TO THE DATE THE CONTRACT 13 IS AWARDED. 14 END OF SECTION CITY OF FORT WORTH To-ailsofElka&th Creek Phase 10 STANDARD C 11Y CONDMONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 1 Z 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SECTION 00 62 19 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § Bond 4022241986 006219-1 MAINTENANCE BOND Page I of 3 KNOW ALL BY THESE PRESENTS: That we Gilco Contracting. Inc., known as "Principal" herein and Liberty Mutual Fire Insurance Company , 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, Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas ("Developer's and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of, Seven Hundred Fortv-Five Thousand Two Hundred Ninety One Dollars and Fifteen Cents ($745.291.151, lawful money of the United States, to be paid in Fort Worth, `Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, 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 CFA25-0013; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 6th day of March , 20 25 ,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 Trails of Elizabeth Creek, Phase 29 10; and 30 31 WMEREAS, 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 Tmik of &iwbeth Creek Phase 10 STANDARD CCTV CONDITIONS - DEVELOPEP AWARDED PROJECTS City Project Nm 105740 Revised January 31. 2012 1 2 3 4 5 6 7 9 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 W6219-2 MAINTENANCE BOND Peae 2of3 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, NOV 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 reconstruct 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 home 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, Fort Worth Division; and PROVIDED FURTHER that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CrrY OF FORT WORTH Tmih gs2oded Crcek PA 10 STMMD CITY CONDITIONS- DEVELOPER AWARDED MOIECFS Cin'P jar No. 105740 Revixd lemur 31, 2012 Fa 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 EPA 006219-3 MAINTENANCE BOND Page 3 of 3 W WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 6th day of March , 20 25 . ATTEST: � ff tPrincipalj S re fit, -W�� ",.�J nesto Principal V ATTEST: PRINCIPAL: Gilco Contract�gr , Inc. Signature Leia McOuien. Vice President. Operations Name and Title Address: 6331 Southwest Boulevard Benbrook. Texas 76132 SURETY: Liberty Mutual Fire insurance� Cbmpa_ny BY: Si nature Sophinie Hunter, Attoniey-in-Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 (Surety) Secretary King of Prussia, PA 19406 Witness as to Surety Telephone Number: 214-989-0000 *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 Trails ofElmabeth Creeds Phase 10 City Project Na- 105740 This Power of Attomey limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. ]Li�]erty Liberty Mutual Fire Insurance Company utuou. Wausau, Wisconsin CertifcateNo: 82Q5488-022Q2Q m SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Lrbarly MiAual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint don E Cornell; Joshua Saunders; Kelly A. Westbrook; Mikacla Peppers; Ricardo.i. Reyna; Robbi Morales; 5ophinie Hunter; Tina McEwan; Tonie Petranck all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attDrney(s)-in tact, with full power and authority hereby conferred in theirfits name, place and stead, to sign, execute, acknowledge and deliver in theirrts behalf, and as theirhts act and deed, without power of redefegation, as follows: Bonds, undertakings, recognizances, contracts of indemnity, and all other aurety obligations, as required, unit mited as to Dollar amount and to bind the Company(fes) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Company(ies), and all the acts of said attomey(s), pursuant to the authority herein given, are hereby ratified and confirmed. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT --� Appointment of Attorneys -in -Fact by Liberty Mutual Fin: Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013- Further, fie President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint atomeys-in-fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make '6 execute, seal. acknowledge and deliver as surety any and at[ undertakings, twnds, recognizanw, and other surety obligations. (U u IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to he signed by its authorized representatives, and its Corporate Seal to be herelo affixed, c � this 23rd day of April 2021 _ rr E 0 Liberty Mutual Fire Insurance Company ,%AE frrBG � W 1908 8 � r � David M. Carey, Assistant Secretary p State Of PENNSYLVANIA County of MONTGOMERY ss The foregoing instrument was acknowledged before me this 23rd day of April Insurance Company. SP PA8T �q4' Nwg� �{T 11 s Y DF CERTIFICATE W.a �Q yy��AD Attest: rf Q o Heather B. Magee o� N o 2021 by David M. Carey, an authorized representative of Liberty Mulual Fire Insurance ca — r.Gnalolroeainl of Ppms %'D w -+Mary Sean leresa Paslelkl, NpWry PuOGc M-N—Yc°unh Cho M oynn ission e)Tire Ma1rh 2a, 2025 µ9 $y' �Q.C[ (2�e tJ_ Q Ca iSSKM ml W 1126044 n1.mb«. Pffi—b—mwaiwwn of No _ Teresa Pastelia, Notary Public I, the undersigned, an Assistant Secretary of Liberty Mutual Pre Insurance Company, do hereby certify that the original power of atlomey of which the foregoing is a full, "a and correct copy, is In full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or ofhdal s specialty authorized by the Board of Directors to appoint attomeys-"ct as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or machmicaliy reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28. 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney 0.1 to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and f e simie seal shag be valid and binding upon the Company when so affixed and in the future with respect in any surety undertakings, bonds, mcognizances and other surety obligations to which it is atached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the owporale seal of the said company, affixed, this 6th +lay of March , 2025 4�E fM34 i �,�Y4DRPO�f� t7 _ �rsoa° a rd' COIL Lr W S-22023 =1 Renee C. Llewellyn, Assistant Secretary TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I 11.1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://w-t:di.texas.gov E-mail: Cnnsume Protection(andi.texas.= PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-900-843-6446. 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 NP 70 68 09 01 IH615A31tl15 TEXAS AVISO MORTANTE Para obtener information o para someter unit queja: Usted puede (lamer al numero de telefono gratis para infomtacion o Para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas pare obtener information acerca de companies, coberiuras, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (1 I 1-IA) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: htm://www.tdi.texas.eov E-mail: Con%WrProtectionntdi teyR%4Qv DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a on reclamo, debe comunicarse con el agente o primero. Si no se resuelve Is dispute, puede entonoes comunicarse con el deparamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo Para proposito de information y no se tonvierte en pane o condition del documento adjunto. STREET LIGHT IMPROVEMENTS UNIT PRICE BID Bidlist Item) No. Northpointe Phase 4 DAP - BID PROPOSAL Pagel of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential Description 2605.3015 2" CONDT PVC SCH 80 (T) 3441.3002 Rdwy Illum Assembly TY 8,11,D-25, and D-30 3441.3201 LED Lighting Fixture (50W) 3441.1633 Install Type 33B Arm 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 9999.0016 3 - #6 Copper Wire 9999.0020 Relocate Existing Street Light Bidder's Application Project Item Information Specification Section No. Unit of I Bid Quantity Measure UNIT V: STREET LIGHTING IMPROVEMENTS 26 05 33 LF 1246 3441 20 EA 17 3441 20 EA 17 3441 20 EA 17 3441 20 EA 18 00 00 00 LF 1246 00 00 00 EA 1 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $21.95 $27,349.70 $2,380.00 $40,460.00 $387.00 $6,579.00 $277.00 $4,709.00 $1,728.00 $31,104.00 $7.17 $8,933.82 $2,957.00 $2,957.00 $122,092.52 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_ Trails of Elizabeth Creek Phase 10 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trails of Elizabeth Creek, Phase 10, Residential UNIT PRICE BID Northpointe Phase 4 DAP - BID PROPOSAL Page 2 of 2 Bidder's Application Project Item Information Bidder's Proposal BidlistoItem Description Specification Section No. Unit of Measure I Bid Quantity Unit Price Bid Value Bid Summary UNIT I: WATER IMPROVEMENTS N/A UNIT II: SANITARY SEWER IMPROVEMENTS N/A UNIT III: DRAINAGE IMPROVEMENTS N/A UNIT IV: PAVING IMPROVEMENTS N/A UNIT V: STREET LIGHTING IMPROVEMENTS $122,092.52 Total Construction Bid $122,092.52 This Bid is submitted by the entity named below: BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION BY: RiqlQd Wolfe TITLE: President DATE: March 6, 2025 35 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_ Trails of Elizabeth Creek Phase 10 00 45 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 Twe" box provide the complete maior work tvpe and actual description as provided by the Water Department for water and sewer and TPW for DavinQ. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Street Lights Independent Utility Construction, Inc. 02/05/2027 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Constriction, Inc 5109 Sun Valley Drive Fort Worth TX 76119 r BY: 'chard Wolfe �� rgnature) TITLE: President DATE: March 6, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12_ 1 Prequalification Statement 2015_DAP Form Version September 1, 2015 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. 105740. 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 Utility Construction, Inc Company 5109 Sun Valley Drive Address Fort Worth Tx 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § By: Richard e '(Please 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 Andependent Utility Construction, Inc.for the purposes and consideration therein expressed and in the capacity therein stated. - ( , UNDER MY ND AN EAL OF OFFICE this 1 day of r ,20, CHRISTINA GARCIA :°•' . <+: Notary Public, State of Texas OL j Comm. Expires 12-20-2028 Notary ►D 130940785 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2. 2014 Trails oj'Elizabeth Creek, Phase 10 City- ProjectX6. 10.i740 r. SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of4 3 4 THIS AGREEMENT, authorized on 3�(o/Z°LS is made by and between the Developer, 5 Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas ("Developer") , and 6 Independent Utility Construction. Inc., authorized to do business in Texas, acting by and through 7 its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Trails of Elizabeth Creek. Phase 10 17 City Proiect No. 105740 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 35 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of One Hundred Twenty -Two Thousand Ninety -Two 41 Do i I ars and Fiftv-Two Cents ($122.092.52). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 76 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification Provision is snecificaliv intended to onerate 83 and be effective even if it is alleged or proven that all or some of the dama es heir 84 sought were caused, in whole or in Dart, by anv act. omission or negLigence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 urovision is snecifically intended to onerate and be effective even if it is alleged or 95 Proven that all or some of the damages being sought were caused. in whole or in Dart. 96 by anv act. omission or negljience of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms, 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express Written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Trails ofEliwbeth Creek. Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 118 119 7.6 Authority to Sign. 120 121 122 123 124 125 126 127 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 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: Indepen Utility Constructon,Jc By: i `r (Signature) Richard Wolfe (Printed Name) Title: President Company Name: Address: 5109 Sun Valley Drive City/ State/ Zip: Fort Worth TX 76119 Date 128 ,�Jtlli 1111 ill,, • GONSTgU��'fr .l'�rF•F'FD�• '��'�• `Q �SEALm=� ffFf� �I►I►Ei AS 11,0 Developer: Forestar (USA) Real Estate Group, Inc. Bv: d�5[2-._-� (Signature) Stephen Brim (Printed Name) Title: Vice President Company name: Forestar (USA) Real Estate Group, Inc. Address: 2221 Lamar Blvd Suite 790 City/State/Zip; Arlineton, Texas 76006 Date 3/&/zoaf CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105740 Revised June 16, 2016 DATE (MM/DD/YYYY) ACORU® CERTIFICATE OF LIABILITY INSURANCE I 02/26/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONIAPRODUCER NAME: `1 Rebecca Mata PHONE (817) 457-6700 I FAX, (817) 457-7246 The SweeneyCompany (CRNo. Extl: (A/CNo):ARebecca@thesweeneyco.com1121 E. Loop 820 South ADESS: P O Box 8720 INSURER(S) AFFORDING COVERAGE NAIC # Fort Worth TX 76124-0720 INSURERA: Am Cas Co of Reading, PA 20427 INSURED INSURER B : Continental Casualty Co 20443 Independent Utility Construction, Inc. INSURER C : Continental Insurance Co 35289 5109 Sun Valley Drive INSURER D : Texas Mutual Insurance Company 22945 INSURER E : Fort Worth TX 76119 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 'AUULISUtiK' POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYYI X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 UAMAGE 10 KEN I EU 100,000 CLAIMS -MADE � OCCUR PREMISES (Ea occurrences $ X Contractual MED EXP (Any one person) $ 15,000 A X XCU 6076055350 10/3112024 10/31/2025 I PERSONAL & ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO LOC PRODUCTS - COMP/OPAGG $ 2,000,000 �/ POLICY JECT $ OTHER, $1,000 Ded per PD Occ. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO I BODILY INJURY (Per person) $ B OWNED SCHEDULED 6076055364 10/31/2024 10/31/2025 I BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS !I PROPERTY DAMAGE $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY (Per accident) X UMBRELLA LIAB X OCCUR I EACH OCCURRENCE $ 3,000,000 C EXCESS LIAB 7063371403 10/31/2024 10/31/2025 I AGGREGATE $ 3,000,000 CLAIMS -MADE 10,000 I XI DED RETENTION S WORKERS COMPENSATION H PER$ XI STATUTE I I ER AND EMPLOYERS' LIABILITY Y� I E.L. EACH ACCIDENT $ 1,000,0 0 D ANY PROPRIETOR/PARTNER/EXECUTIVE NIA 0010713602 OFFICERIMEMBER EXCLUDED? 10/31/2024 10/31/2025 I E.L. DISEASE - EA EMPLOYEE 1,000,000 $ (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT 1,000,000 DESCRIPTION OF OPERATIONS below Leased/Rented 400,000 Contractors' Equipment Policy A6076055350 10/31/2024 10/31/2025 Deductible 2,500 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City Project Number: 105740, Trails of Elizabeth Creek, Phase 10. WC, GL & auto include a blanket automatic waiver of subrogation endorsement & the GL, auto include a blanket automatic additional insured endorsement providing additional insured & waiver of subrogation status to the certificate holder only when there is a written contract between the named insured & the certificate holder that requires such status. The additional insured endorsements contains special primary & noncontributory wording. Umbrella follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 100 Fort Worth Trail AUTHORIZED REPRESENTATIVE I Fort Worth TX 76102 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD ACORD 25 (2016/03) AC40R" CERTIFICATE OF LIABILITY IN DATE(MM/2D/YYYY} �� INSURANCE RA N C E I 02/26/025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: CONIAC i Rebecca Mata The Sweeney Company PHONE (817) 457-6700 I FAX (817) 457-7246 1121 E. Loop 82C South LA/�l�o. Exti: (A/C, No): p ADDRESS: Rebecca@thesweeneyco.com P O BOX 8720 INSURER(S) AFFORDING COVERAGE NAIC # Fort Worth TX 76124-0720 Am Cas Co of Reading, PA 20427 INSURER A : 9. INSURED INSURER B : Continental Casualty Co 20443 Independent Utility Construction, Inc. INSURER C : Continental Insurance Co 35289 5109 Sun Valley Drive INSURER D : Texas Mutual Insurance Company 22945 INSURER E: Fort Worth TX 76119 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL SUHR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYYI (MM/DD/YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY 1,000,000 I �/ EACH OCCURRENCE UAMAGE I U KEN! EU $ 100,000 _J CLAIMS -MADE OCCUR I PREMISES (Ea occurrence) $ X Contractual I 15,000 MED EXP (Any one person) $ A X XCU 6076055350 10/31/2024 10/31/2025 I 1,000,000 PERSONAL & ADV INJURY $ GEN'LAGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 2,000,000 POLICY 7 PP.O- ❑ JECT LOC PRODUCTS - COMP/OP AGG 2,000,000 $ X OTHER: $1,000 Ded per PD Occ. $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANYAUTO BODILY INJURY (Per person) $ B OWNED SCHEDULED 6076055364 AUTOS ONLY AUTOS 10/31/2024 10/31/2025 BODILY INJURY (Per accident) $ HIRED NON -OWNED rtcurr rti r DAMAGE I $ _ AUTOS ONLY AUTOS ONLY (Per accident) $ X UMBRELLA LIAB X I 3,000,000 OCCUR EACH OCCURRENCE $ C EXCESS LIAB CLAIMS -MADE 7063371403 10/31/2024 10/31/2025 ! AGGREGATE $ 3,000,000 10,000 DED I X I RETENTION $ $ WORKERS COMPENSATION I I I AND EMPLOYERS' LIABILITY Y / N XI STATUTE UTE EORH ANY PROPRIETOR/PARTNER/EXECUTIVE D OFFICER/MEMBER EXCLUDED? N ! A 0010713602 I E.L. EACH ACCIDENT 10/31 /2024 10/31/2025 $ 1,000,000 (Mandatory in NH) I E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below I E.L. DISEASE - POLICY LIMIT $ 1,000,000 Contractors' Equipment Policy Leased/Rented 400,000 A 6076055350 10/31/2024 10/31/2025 Deductible 2,500 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City Project Number: 105740, Trails of Elizabeth Creek, Phase 10. WC, GL & auto include a blanket automatic waiver of subrogation endorsement & the GL, auto include a blanket automatic additional insured endorsement providing additional insured & waiver of subrogation status to the certificate holder only when there is a written contract between the named insured & the certificate holder that requires such status. The additional insured endorsements contains special primary & noncontributory wording. Umbrella follows form. CERTIFICATE HOLDER Forestar (USA) Real Estate Group, Inc. 2221 E. Lamar Blvd Suite 790 Arlington TX 76006 k�r�� I @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 0061 13-1 PERFORMANCE BOND Page I ol' 2 Bond No. 468488H 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utility Construction, Inc. , known as "Principal" herein and 8 Westfield Insurance Companv , a corporate surety(sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc., 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, One Hundred Twentv-Two Thousand, Nincty-Two Dollars & Fifty- 13 Two Cents W 22,092.52) lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas for the payment of which sum well and truly to be made, jointly unto the Developer 15 and the City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number 25-0013 ; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 6th day of March , 2025 , which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 23 labor and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Trails of Elizabeth Creek, Phase 10. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 27 perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. 31 32 CITY OF FORT WORTH Trails of L'lizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised .lanuary 31, 2012 0061 13-2 PERFORMANCPI3OND Page 2 or2 Bond No. 468488H I PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, "texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the 6thday of March , 2025 . 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 AT E (Prihcipa Secretary [chard Wolfe Witness as to Principal Christina Garcia WqlesW' less as t uret ennifer L. Alt s a PRINCIPAL: [INDEPENDENT —UTILITY CONSTRUC BY: Sinatu Richard Wolfe, President Name and Title Address: 5109 Sun Valley Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY Signature Elizabeth Gray. Attorney -in -Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shal I not be prior to the date the Contract is awarded. CITY OF FORT WORTI I Traiis of Elizabeth Creek. Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 0061 14-1 PAYMENT BONI) Page I of 2 Bond No. 468488H 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 Utilitv Construction. Inc. , known as "Principal" herein, 8 and Westfield Insurance Companv , 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 Forestar (USA) Real Estate Group. Inc., I 1 authorized to do business in Texas ("Developer"), and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of One Hundred Twentv-Two Thousand, Ninety -Two 13 Dollars & Fifty -Two Cents ($122,092.52) lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto 15 the Developer and City as dual obligees, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number 25-0013 , and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 6th day of March , 2025 , which Contract is hereby referred to 22 and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 23 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 24 provided for in said Contract and designated as Trails of Elizabeth Creek, Phase 10. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31. 2012 0061 14-2 PAYMENT BOND Page 2 42 Bond No. 468488FI 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 6th day of March 2025. 6 7 8 9 10 11 12 13 (Principal) Secretary Richard Wolfe "'Witness as to Principal Christina Garcia ATTEST: (Surety) Secretary Frank A. Carrino 10WA4mr Vness asUo Surky Jennifer L. Alt PRINCIPAL: INDEPENDENT UTILITY CONSTRkJUTI�N, INC. BY: 1 Signature Richard Wolfe, President Name and Title Address: 5109 Sun Vallev Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY Signature Elizabeth Gray. Attornev-in-Fact Name and Title Address: 955 Garden Park Drive, Suite 230 Allen. Texas 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 WORrH grails oI"Di •abeth Creck, Phase 10 STANDARD CITY CONDITIONS — DF.VF.I.OPF.R AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SECTION 00 62 19 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 006219-1 MAINTENANCE BOND Page I ol3 Bond No. 468488H KNOW ALL BY THESE PRESENTS: That we Independent Utilitv Construction. inc. , known as "Principal" herein and Westfield insurance Company , 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, Forestar (USA) Real Estate Group, Inc., authorized to do business in Texas ('Developer") and the City of Fort Worth, a Texas municipal corporation ('City"), in the stun of One Hundred Twentv-Two Thousand, Ninety -Two Dollars & Fiftv-Two Cents ($122,092.52) lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, 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 25-0013 and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 6th day of March , 20 25, which Contract is hereby referred to 24 and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 25 equipment labor and other accessories as defined by law, in the prosecution of the Work, 26 including any Work resulting from a duly authorized Change Order (collectively herein, the 27 "Work') as provided for in said Contract and designated as Trails of Elizabeth Creek, Phase 10; 28 and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CH Y 01; FORT WORTH Trails of Elizabeth Creek. Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31. 2012 00 62 19 - MAINT[:NANC1 BOND Pa-C 2 o1'3 Bond No. 468488H I WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised January 31, 2012 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 00 62 19 - 3 NLVNTENANCLBOND Page 3 nl 3 Bond No. 468488H IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 6thday of March 20 25 . ATrE r: (Principal) Secretary�W,olfe 0 t��& — - KU4�� Witness as to Principal Christina Garcia ATTEST: (S rety) Secretary Frank A. Carrino tiness as U Su ty Jennifer L. Alt PRINCIPAL: INDEPENDENT UTILITY CONSTRYC5TZN.INC. BY: C' Signature Richard Wolfe. President Name and Title Address: 5109 Sun Vallev Drive Fort Worth. "texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY�1jffi aq SS igture Elizabeth Gray. A ttornev-in- Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 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 from its mailing address, both mast be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WOR I'N STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 3,1, 2012 Trails ui Elizabeth Creek, Phase 10 City Project No. 105740 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: httr)://vwvw.tdi.state.tx.us E-mail: ConsumerProtection(-tdi.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 Comppny 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: httr)://www.tdi.state.tx.us E-mail: Cons umerProtection(a)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 09/28/23, FOR ANY PERSON OR PERSONS NAMED BELOW, General POWER NO. 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Aden by These Presents, That 'WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporatrors, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center. Medina Courty. Ohio. do by these presents mak e. 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(s)-in-Fact with full power and authority hereby conferred in its name. place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - • - - - - - - - .. - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneyfs)-m-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCF COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Serior Executive. any Secretary or any Fidelity & SuretyOperations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneyfs)-in-Fact to represent and act for and or behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and In the name Of and on behalf of the Company, to execute. acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and arty and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.- (Each adopted at a meeting held on February 8. 2000`._ in witness Whereat, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE CCMPANY have Caused 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 . v,•....N41Nry .............. Corporate sy�A •� ri;ti , WESTFIELD INSURANCE COMPANY Seals �a\...•••. dC� ;''•. QSSh/%' WESTFIELD NATIONAL INSURANCE COMPANY .Affixed v .ear i. n � •�'<_'• '� �'•. � '...f"N OHIO FARMERS INSURANCE COMPANY I tr; i ro .�'.MAIIIEIpfO':; 3 �i Ig SEAL, tt�fi' rr.YS '•. 1848 : q} 71 State of Ohio BY County of Medina ss.: Gary W.`Stumper, National Surety Leader and Senior Executive On this 28th day of SEPTEMBER A.D., 2023 , before me personally came Gary W. Stumper to me known. who, being by me duly sworn, did 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 INSURANCE COMPANY, the companies described in and which executed the above instrument: that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order. Notarial ,NN�INN..tir . Seal ,.` Nil A L '••. Affixed CP• ���u///jstfi O: % y State of Ohio Inv David A. Kotnik, Attorney at Law, Notary Public County of Medina '•., q �.• My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code, rF of o I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE CCMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and 0H10 FARMERS INSURANCE COMPANY. do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards of Directors. set out in the Power of Attorney are in full force and effect. Ir, Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 6th day of March A.D., 2025. ��MN,•.., 41NN ,,,,,,Ill •••••rl,,, ,N.�..cN�I/I�N..,. �� � •,may • •� ni :.;^.• '.�:�, : � ,CVON : SE.1`i.,Lr ; � -r:- SF�� m; �: ! i� J r-�%V:L.s„Q .Secretary +L .y. :Yg _ ? 1848 :fig '''•...,, . ,' • ' • Frank A. Carrino, Secret3ry BPOAC2 (combined) (03-22) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105740 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission 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, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105740 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 111\IZI]WyI[omIIQ7 I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105740 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 01 31 19 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 A. Coordination 20 1. Attend preconstruction. meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attendingmeetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shallinclude: 34 a. Developer and Consultant 35 b. Contractor's projectmanager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS TIails Of Elizabeth Creels, Phase 10 Revised August 30, 2013 City Project No. 105740 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 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Trails of Elizabeth Creek, Phase 10 City Project No. 105740 01 31 19 - 3 DAP PRECONSTRUCTION MEETING 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 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised August 30, 2013 City Project No. 105740 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE Page 2 of 2 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 013300-1 DAP SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -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. 20 No 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 25 submittals 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 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing 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 g) 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 Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 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 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 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: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 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 E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 013300-3 DAP SUBMITTALS 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 F. 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 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. 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 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 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 48 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 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 48 49 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 013300-7 DAP SUBMITTALS 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 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification 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 Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised August 30, 2013 013513-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 01 3513 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: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 20 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 — General Requirements 26 3. Section 33 12 25 — Connection to Existing WaterMains 27 28 1.2 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 34 High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 36 Specification 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas 40 Department of Transportation (TxDOT): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creels, Phase 10 Revised August, 30, 2013 City Project No. 105740 0135 13-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a. Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performedin 4 compliance with and subject to approval from the Texas Department of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a. All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a. Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a. Insulating cage -type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes ordippers 17 c. Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a. Notification shall be given to: 21 1) The power company (example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 27 lower the lines 28 c. No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a. Manholes 35 b. All other confined spaces in accordance with OSHA's Permit Requiredfor 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a. Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 013 1 13 43 E. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creels, Phase 10 Revised August, 30, 2013 City Project No. 105740 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name ofProject 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyeris 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised August, 30, 2013 City Project No. 105740 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areaswhere 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 I. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areaswhere 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised August, 30, 2013 City Project No. 105740 013513-5 DAP SPECIAL PROJECT PROCEDURES 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 12 DATE NAME 8/31/2012 D.Johnson 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised August, 30, 2013 City Project No. 105740 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 Trails of Elizabeth Creek, Phase 10 City Project No. 105740 I 2 3 4 01 35 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH Date: DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .,'CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 Trails of Elizabeth Creek, Phase 10 City Project No. 105740 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel 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 it 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creels, Phase 10 Revised JULY 1, 2011 City Project No. 105740 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS 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 1) 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 orderlymanner. 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 incontract 44 documents 45 E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creels, Phase 10 Revised JULY 1, 2011 City Project No. 105740 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS 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 timelymanner 5 F. Temporary Protection ofConstruction 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creels, Phase 10 Revised JULY 1, 2011 City Project No. 105740 1 2 3 4 5 8 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 Trails of Elizabeth Creek, Phase 10 City Project No. 105740 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- 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. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL 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] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised July 1, 2011 015813-1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 66 00 - 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 Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 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 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yW.307Z%140IDleh89,11101111114`1V A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 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 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 01 33 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As -built Redline Drawing Submittal CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing 6 submittal one (1) week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as -built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes. If City 21 surveyors or Developer's Project Representative are required to re -stake for 22 any reason, the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re -stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut, the Contractor shall perform 35 construction survey and verify control data including, but not limited to, the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested, to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 correction of it, as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to the City. 6 9) If the installation does not meet the specified tolerances (as outlined in 7 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 8 the installation in accordance with the Contract Documents. 9 C. As -Built Survey 10 1. Required As -Built Survey will be performed by the Contractor. 11 2. Coordination 12 a. Contractor is to coordinate with City to confirm which features require as- 13 built surveying. 14 b. It is the Contractor's responsibility to coordinate the as -built survey and 15 required measurements for items that are to be buried such that construction 16 activities are not delayed or negatively impacted. 17 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 18 to physically measure depth and mark the location during the progress of 19 construction and take as -built survey after the facility has been buried. The 20 Contractor is responsible for the quality control needed to ensure accuracy. 21 3. General 22 a. The Contractor shall provide as -built survey including the elevation and 23 location (and provide written documentation to the City) of construction 24 features during the progress of the construction including the following: 25 1) Water Lines 26 a) Top of pipe elevations and coordinates for waterlines at the following 27 locations: 28 (1) Minimum every 250 linear feet, including 29 (2) Horizontal and vertical points of inflection, curvature, 30 etc. 31 (3) Fire line tee 32 (4) Plugs, stub -outs, dead-end lines 33 (5) Casing pipe (each end) and all buried fittings 34 2) Sanitary Sewer 35 a) Top of pipe elevations and coordinates for force mains and siphon 36 sanitary sewer lines (non -gravity facilities) at the following locations: 37 (1) Minimum every 250 linear feet and any buried fittings 38 (2) Horizontal and vertical points of inflection, curvature, 39 etc. 40 3) Stormwater — Not Applicable 41 b. The Contractor shall provide as -built survey including the elevation and 42 location (and provide written documentation to the City) of construction 43 features after the construction is completed including the following: 44 1) Manholes 45 a) Rim and flowline elevations and coordinates for each manhole 46 2) Water Lines 47 a) Cathodic protection test stations 48 b) Sampling stations 49 c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 d) Fire hydrants 2 e) Valves (gate, butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 1. Recovery of relevant control points, points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 26 areas, utilities, streets, highways, tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing, when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent (817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapefile (.shp) 36 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 37 standard templates, if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .0.lft tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than 0.05ft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre -established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at anytime a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 31 party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised February 14, 2018 017423-1 DAP CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 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 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 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. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 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 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 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 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- 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 limitedto: 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 01 33 00. All submittals shallbe 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 % 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creels, Phase 10 Revised April 7, 2014 City Project No. 105740 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 ofProject 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in themanual 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 toassure 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 eachprocedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised April 7, 2014 City Project No. 105740 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contractissued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care andmaintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance andrepair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised April 7, 2014 City Project No. 105740 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 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories ofpanelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 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 describedproducts 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised April 7, 2014 City Project No. 105740 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 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Trails of Elizabeth Creek, Phase 10 Revised April 7, 2014 City Project No. 105740 017839-1 DAP PROJECT RECORD DOCUMENTS Pagel of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- 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 1.2 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 [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. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 01 78 39 - 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". CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 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 PX 23 24 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105740 Revised April 7, 2014 APPENDIX GC-4.02 Subsurface and Physical Conditions GR-01 60 00 Product Requirements CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised July 1, 2011 GEOTECHNICAL EXPLORATION TRAILS OF ELIZABETH CREEK- PHASE 10 Off State Highway 114 Denton County, Texas ALPHA Report No. W222550 November 17, 2022 Prepared for: FORESTAR (USA) REAL ESTATE GROUP, INC. - ARLINGTON 2221 E. Lamar Blvd, Suite 790 Arlington, Texas 76006 Attention: Mr. Stephen Brim Prepared By: ALPHA #%%TESTING A Universal Engineering Sciences Company ALPHA �� T E S T I N G Geotechnical 5058 Brush Creek Road Tel: 817-496-5600 Construction Materials Fort Worth, Texas 76119 Fax: 817-496-5608 A Universal Engineering Sciences Company Environmental www.alphatesting.com TBPE Firm No. 813 November 17, 2022 Forestar (USA) Real Estate Group, Inc. - Arlington 2221 E. Lamar Blvd, Suite 790 Arlington, Texas 76006 Attention: Mr. Stephen Brim Re: Geotechnical Exploration Trails of Elizabeth Creek- Phase 10 Off State Highway 114 Denton County, Texas ALPHA Report No. W222550 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Stephen Brim using the Texas Independent Contractor Agreement for Professional Services on August 23, 2022 and performed in accordance with ALPHA Proposal No. 92820 dated August 16, 2021. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. ALPHA TESTING, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing the final geotechnical exploration, please contact our office. Sincerely, ALPHA TESTING, LLC r � � Karina Cohuo Geotechnical Project Manager BJH/KC/ws Copies: (1-PDF) Client November 17, 2022 Brian J. Hoyt, P.E. Regional Manager TABLE OF CONTENTS ALPHA REPORT NO. W222550 1.0 PURPOSE AND SCOPE.................................................................................................... 1 2.0 PROJECT CHARACTERISTICS...................................................................................... 1 3.0 FIELD EXPLORATION.................................................................................................... 2 4.0 LABORATORY TESTS.................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS...................................................................... 2 6.0 DESIGN Recommendations............................................................................................... 3 6.1 Slab -On -Grade Foundations................................................................................... 3 6.1.1 Subgrade Improvement Using Moisture -Conditioning in Zone II .............. 5 6.2 Post -Tensioning Institute, Design of Post -Tensioned Slabs -on -Grade ................... 5 6.3 Drainage and Other Considerations........................................................................ 6 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 7 7.1 Site Preparation and Grading.................................................................................. 7 7.2 Foundation Excavations.......................................................................................... 8 7.3 Fill Compaction...................................................................................................... 9 7.4 Utilities....................................................................................................................9 7.5 Groundwater......................................................................................................... 10 8.0 LIMITATIONS.................................................................................................................10 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figure 1 B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W222550 11tX 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for the Forestar (USA) Real Estate Group, Inc. - Arlington (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (Trails of Elizabeth Creek — Phase 10) on a tract of land located about 900 ft west of Charing Cross Drive and south of SH 114 in Denton County, Texas. A site plan illustrating the general outline of the property is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration, the site consisted of a tract of land area with scattered trees and denser tree coverage along the eastern boundary of the site. Two gas pads and associated lease roads were observed on the site. Review of historical images from Google Earth® indicate previous earthwork/clearing occurred in the project area for the construction of the gas pads and associated lease roads. No information regarding previous development in the project area was provided to us. Review of topographical maps available at www.dfwmaDs.com indicates the site generally slopes down southwest about 20 ft (Approximate Elevation: 724 ft to Approximate Elevation: 704 ft). Present plans provide for construction of single-family residences. The new structures are expected to create light loads to be carried by the foundations. We understand the new structures will be supported with slab -on -grade foundations designed for potential movements of 41/2 inches or less. No below -grade slabs are planned. Grading plans were not provided for this study. Based on conversations with the Client, cuts and/or fills of up to 3 feet will be required to achieve final grade in the pad area for the addition. I ALPHA Report No. W222550 11t% 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 20 test borings. Ten (10) test borings were drilled to a depth of about 20 ft and 10 test borings were drilled to a depth of about 15 ft. The test borings were performed in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on Log of Boring sheets included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on Log of Boring sheets enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the Fort Worth Limestone and Duck Creek formation, mapped as undivided. This undivided formation generally consists of limestone with marl layers. Residual soils associated with this formation generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions encountered in the borings generally consisted of clay and/or shaly clay to depths of about 3 ft to 13'/2 ft underlain by weathered limestone and/or limestone extending to the 15 ft or 20 ft termination depths of the borings. A layer of weathered limestone and limestone about 3 ft thick was encountered between the clay and shaly clay layers in Boring 1 at a depth of about 5 ft below the ground surface. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater in natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock (limestone), particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. 2 ALPHA Report No. W222550 Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets provided in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design criteria were developed assuming maximum cuts and/or fills of 3 ft. Cutting and filling on the site more than 3 ft can alter the recommended foundation design parameters. Therefore, it is recommended our office be contacted before performing other cutting and filling on site to verify appropriate design parameters are utilized for final foundation design. Also, our office should be provided with final grading plans for the southwestern portion of the site to verify our recommendations. 6.1 Slab -On -Grade Foundations Slab -on -grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft can be used for all grade beams bearing on a moisture improved subgrade as discussed in Section 6.1.1 or on limestone. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post - tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab -on -grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, planned grading and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab -on -grade type foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I and II and delineated on the Boring Location Plan, Figure 1. Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. ALPHA Report No. W222550 TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ESTIMATED POTENTIAL IMPROVEMENT REQUIRED TO ZONE MOVEMNT, INCHES REDUCE MOVMENTS TO 4Y2 INCHES Up to 6 4 ft Moisture Conditioning II Up to 8 6 ft Moisture Conditioning Potential seasonal movements were estimated using results of absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "current" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding those predicted herein could occur if construction commences after an extended dry period, if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off -site locations. Potential movements estimated for slab foundations in Zones I and II (see Figure 1 for delineation of Zones) are considered outside normal design tolerances. Movement of slab foundations in Zones I and II could be reduced to not more than 41/2 inches if the upper 4 ft and 6 ft of soil below final grade, respectively, as summarized in Table A, are moisture conditioned and then covered with an impermeable plastic barrier (polyethylene sheeting). Moisture conditioning recommendations are provided in Section 6.1.1. In choosing moisture conditioning as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 41/2 inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 41/2 inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within the building pad designated on the referenced project grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond 4 ALPHA Report No. W222550 the designated building pad, ALPHA should be contacted for additional design recommendations. 6.1.1 Sub2rade Improvement Using Moisture -Conditioning in Zone II Estimated potential movements of slab foundations in Zones I and II could be reduced to about 4'/2 inches by moisture -conditioning the uppermost 4 ft and 6 ft of soil below final grade, respectively, as recommended in Table A. Moisture -conditioning consists of over -excavating (where necessary) and/or filling with on -site soil that is compacted at a "target" moisture content at least 5 (but not more than 7) percentage points above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture -conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture -conditioning with on -site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture -conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture -conditioning and placement of the plastic sheeting, estimated movements should not exceed about 4'/2 inches. The purpose of moisture -conditioning is to reduce the free swell of the moisture - conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the "target" moisture content for moisture -conditioning (estimated at 5 percentage points above the material's optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full-time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. 6.2 Post -Tensioning Institute, Design of Post -Tensioned Slabs -on -Grade Table B contain information for design of the post -tensioned, slab -on -grade foundations Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). 5 ALPHA Report No. W222550 //tt TABLE B PTI Design Parameters Potential Seasonal Movement = 4% inches (After subgrade improvement as discussed in Section 6.1.1 in Zones I and II) EDGE LIFT CENTER LIFT Edge Moisture Distance (em), ft 4.3 9.0 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) 6.3 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new structures, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and flat -work is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as re -sealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab system: • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structure. • Large trees and shrubs should not be allowed closer to the foundations than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained "constant" around the edge of the slabs. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to the buildings should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. • Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. • The root systems from existing or recently removed trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with at -grade slabs (including but not limited to foundations, driveways, porches, patios, and sidewalks) should be 0 ALPHA Report No. W222550 removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should be backfilled with engineered fill as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structures. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading Limestone was encountered within 4 ft of the ground in Borings 8, 9, 12, 17 and 19. Limestone could be encountered during general grading and excavations. This limestone could be hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove this limestone. Crushing equipment could be required if it is desired to use excavated limestone as fill. The contractor selected should have experience with excavation in hard limestone. All areas supporting slab foundations, flatwork or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well -compacted ALPHA Report No. W222550 11tX material as outlined in Section 7.3. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be properly monitored to verify loose, soft, or otherwise undesirable materials are removed and foundations will bear on satisfactory material. Soil exposed in the base of all foundation (grade beam) excavations should be protected against detrimental change in condition, such as surface sloughing or side disturbance, rain, or excessive drying. Surface runoff should be drained away from excavations and not allowed to pond in the bottom of the excavation. Concrete for foundations should be placed as soon as practical after the excavation ALPHA Report No. W222550 #X is made. That is, the exposed foundation soils should not be allowed to become excessively dry or wet before placement of concrete. 7.3 Fill Compaction The following recommendations pertain to general fill. Moisture conditioned soil should be placed in accordance with Section 6.1. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay soils with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clay soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. 9 ALPHA Report No. W222550 Even if fill is properly compacted, fills in excess of about IO ft are still subject to settlements over time of up to about I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Groundwater was not encountered in the borings at the time of this study. However, from our experience, shallow groundwater could be encountered in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained 10 ALPHA Report No. W222550 herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 11 #t\ APPENDIX ALPHA Report No. W222550 11t% A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 20 test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The boring locations were staked by using a handheld GPS device or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of the test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in -place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170- pound hammer dropped 24 inches is the basis for TxDOT strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as "TX Cone" (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. j `B-1 - B-2 30' R4KUKE EASEMENT / 6 m 20' PIPELINE E45EMEN B j .65' PIPELINE ROAD E,SIENT.00 k B-8 �r li �B-9 B-hl _I . I i 1'4---� _ 20' OMNAGE MtVt B GEOTECHNICAL EXPLORATION TRAILS OF ELIZABETH - PHASE 10 OFF STATE HIGHWAY 114 DENTON COUNTY, TEXAS ALPHA PROJECT NO. W222550 ALPN A '%YE TING INHERE IT ALL BEGINS FIGURE 1 BORING LOCATION PLAN B-16 - APPROXIMATE BORING LOCATION ZONE ZONE II i ALPHA Report No. W222550 11t% B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket -penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the attached Log of Boring sheets. ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/27/2022 End Date: 9/27/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Light Brown CLAY with limestone fragments 5 , Tan WEATHERED LIMESTONE Tan LIMESTONE Tan SHALY CLAY 10 j Tan LIMESTONE with clay seams 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a) t _ x E E o 2 N� 00 0o 0E tea) N m� w � C o J o J � y 0 a ow oZ a° o .S c a� 0— U 5 in .5 3 �a a- Z a 4.5+ 14 4.5+ 19 60 22 38 2.0 4.0 4.5+ 11 5.0 65 8 7.0 8.0 4.5+ 9 48 17 31 13.5 175 16 0.75" 100/ 11 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Project: Trails of Elizabeth Creek - Creek 10 Surface Elevation: Start Date: 9/27/2022 End Date: 9/27/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS m -o•E 2 E - a> t _ x 0 SZOn Rods (ft): NONE T �� N U� �� j E C c ZAfter Drilling (f): DRY �o 3 0 o oo 5 7(f) a o c , v - a 3 cn o o MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules — 4.5+ 13 — 4.5+ 13 _ 4.0 Light Brown CLAY with calcareous deposits — 5 4.5+ 13 52 17 35 4.8 — 4.5+ 13 _ 8.0 Tan WEATHERED LIMESTONE 10 , 77 8 , 51 16 15 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/27/2022 End Date: 9/27/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Light Brown CLAY with limestone fragments 5 Tan WEATHERED LIMESTONE _10_ Tan LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t o E-ff _ E x N� 3 Y 6L N w o C J J o y �' a > ow �' o oZ f E ao o �' a� .S c 1E a)0— m a� O o U 5 in .5 3 (n 0 x o� o o Z J a m �a a- a 4.5+ 14.8 113 12 4.5+ 18 4.0 5.0 4.5+ 13 36 16 20 79 45 5 14.0 100/ 13 15.0 0.50" 5058 Brush Creek Rd. BORING NO.: 4 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fax: 817-496-5608 PROJECT NO.: W222550 WHERE IT ALL BEGINS www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Project: Trails of Elizabeth Creek - Creek 10 Surface Elevation: Start Date: 9/27/2022 End Date: 9/27/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS m -.S 2 E - a> t _ x 0 NONE SZOn Rods (ft): T �� N U� �� j E E C c ZAfter Drilling (f): DRY �o 3 0 o a o c-fv aoj � 3 cn- o _ o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 9 — 4.5+ 12 65 22 43 _ 4.0 Brown CLAY with calcareous nodules — 5 4.5+ 14 _ 6.0 Tan CLAY with limestone gravel and fragments 4.5+ 14 60 18 42 _ 9.0 Tan WEATHERED LIMESTONE 61 4 10 — 15 — 50/ 5.50" 10 16.5 Tan LIMESTONE with clay seams 100/ , 12 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 5 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/27/2022 End Date: 9/27/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY j Tan CLAY with calcareous nodules 5 Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .SoZa a pw� �a a- Z a 1 4.5+ 13 2.0 4.0 5.0 85 7.0 100/ 0.75" 12.0 100/ 0.50" 20.0 4.5+ 16 57 18 39 1.5 4.5+ 8 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with calcareous nodules 5 Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 4.0 5.0 7.0 Hammer Drop (lbs / in): o.S d E a) t _ x E E o 2 N� >0 No UE a�a) N mo w � C o J o J � y 0 a ow oZ a° o .S c a� 0— U 5 in .5 3 �a a- Z a 4.5+ 14 4.5+ 14 4.5+ 6 37 16 21 2.1 76 100/ 8 3" 100/ 0.75" 17.0 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules 5 Tan WEATHERED LIMESTONE 10 Tan LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a) t _ x E E o 2 N� >0 No UE a�a) N mo w � C o J o J � y 0 a ow oZ a° o .S c a� 0— U 5 in .5 3 �a a- Z a 4.5+ 8 4.5+ 12 63 21 42 9.2 4.0 4.5+ 12 5.0 82 50/ 8 5.50" 12.0 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams _5_ 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E t _ x E E o 2 N� >0 No UE a�a) N mo w � C o J o J � y 0 a ow oZ a° o .S c o 0— U 5 in .5 3 Ha a- Z 4.5+ 14 4.5+ 16 62 22 40 1.3 4.0 100/ 0.75" 100/ 0.50" 11.0 15.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 12.5 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .SoZa a pw� �a a- Z a 1 4.5+ 12.7 109 14 57 21 36 100/ 1.50" 100/ 0.75" 100/ 0.50" 100/ 20.0 , 0.50" 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules _5 Tan WEATHERED LIMESTONE 10 Tan LIMESTONE with clay seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o N� >a E�N OC Jo� a oW oo .SoZa 3 � o Jax� (n �a a- � Z a 4.5+ 14 4.5+ 14 2.9 4.5+ 8 60 17 43 0.9 5.0 61 50/ 12 4.25" 11.0 .75 13 15.0 L 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with calcareous nodules _5 Tan WEATHERED LIMESTONE 10 Tan LIMESTONE with clay seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .SoZa a pw� �a a- Z a 1 4.5+ 12 4.5+ 15 63 20 43 7.7 4.0 4.5+ 5 5.0 88 12.0 50/ 5 5" till 7 " .75 5 20.0 L 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Forestar (USA) Real Estate Group, Inc Project: Trails of Elizabeth Creek - Cr Start Date: 9/30/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams _5_ _10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Arlinqton Location: Denton County, Texas eek 10 Surface Elevation: 9/30/2022 West: GER North: Hammer Drop (lbs / in): d o o.S E o t _ x o E E o >� pw� oC -JoNCE a o000ZaJ y �a a- Z a 4.5+ 10 4.5+ 14 54 18 36 3.6 4.0 100/ 0.50" 12.5 100/ 1" 100/ 0.50" 100/ 20.0 , 0.50" 12.5 100/ 1" 100/ 0.50" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments _5 Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N�)a OC Jo� oW oo .SoZa a 3 � o Jax� (n �a a- � Z a 4.5+ 14 4.5+ 16 5.0 4.5+ 16 63 21 42 5.5 100/ 3.50" 11.0 100/ 0.75" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan CALCAREOUS CLAY with limestone fragments 5 and seams Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o �' N� > 3 �' o Y E f 6L �' a� N m w o C O J o J y a ow oZ ao o .S c a� 0— U 5 in .5 3 �a a- Z a 1 4.5+ 16 4.5+ 18 55 20 35 4.0 4.5+ 8 31 16 15 5.0 50/ 5.75" 7.0 100/ 1" 12.0 100/ 15.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 15 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan CLAY with limestone seams and fragments _5 Tan LIMESTONE 10 Tan LIMESTONE with clay seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N�)a OC Jo� oW oo .SoZa a 3 � o Jax� (n �a a- � Z a 4.5+ 16 4.5+ 14 62 19 43 5.9 4.0 4.5+ 6 5.0 74 12.0 100/ 8 10.50' 175 9 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan CLAY with calcareous deposits 5 Tan WEATHERED LIMESTONE with clay seams 10 Tan LIMESTONE with clay seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t o E-ff _ E x N� Jo� o a >a oW E�N oo .SoZa OC 3 (n � o a Z Jax� �a a- � a 4.5+ 13 4.5+ 16.3 115 15 4.0 4.5+ 13 51 18 33 8.7 6.0 50/ 5.50" 100/ 5 5.50" 11.0 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/30/2022 End Date: 9/30/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams _5 Gray LIMESTONE with shale seams _10 15_ TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o N� >a E�N OC Jo� a oW oo .SoZa 3 � o Jax� (n �a a- � Z a 100/ 0.75" 9.0 100/ 0.5050" 100/ 15.0 , 0.50" 4.5+ im 4.5+ 8.4 107 16 70 24 46 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/30/2022 End Date: 9/30/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 5 Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N�)a OC Jo� oW oo .SoZa a 3 � o Jax� (n �a a- � Z a 6.0 El 50/ 7.0 5 12.0 100/ 0.75" 100/ 0.50" 20.0 L 100/ 100/ 4.5+ 11 4.5+ 19 4.5+ 11 53 17 36 2.9 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/30/2022 End Date: 9/30/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 1 Tan CLAY with limestone gravel — Tan WEATHERED LIMESTONE 5 10 Tna LIMESTONE with clay seams _15 TEST BORING TERMINATED AT 15 FT 20 2.0 4.0 11.0 Hammer Drop (lbs / in): o.S d E a) t _ x E E o N >�a allo)waa Jo2 J�n o °o .SoZa p UoC .y� 3 � o Jax� (n �a a- � Z a 4.5+ 17 4.5+ 9 40 15 25 64 50/ 7 4.50" 100/ 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Project: Trails of Elizabeth Creek - Creek 10 Surface Elevation: Start Date: 9/30/2022 End Date: 9/30/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS m -o•E 2 E - a> t _ x 0 SZOn Rods (ft): NONE T �� N U� �� j E E C c ZAfter Drilling (f): DRY �o 3 0 o oo 5 7(f) a o c , v - a 3 cn o o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 14 — 4.5+ 15 4.0 _ Tan CLAY with limestone fragments 5 4.5+ 7 39 17 22 3.6 6.0 _ — — Tan WEATHERED LIMESTONE , 60 9.0 _ Tan LIMESTONE with clay seams 100/ 10 — , 4„ 00/ — 15 , 0.75.75" 18.5 Gray LIMESTONE with shale seams L 100/ 20 20.0 0.50" TEST BORING TERMINATED AT 20 FT A L P H A #NtTESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1mm S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) ALPHA #XTESTING Geotechnical Construction Materials Environmental A Universal Engineering Sciences Company TBPELS Firm No. 813 December 19, 2022 Forestar (USA) Real Estate Group, Inc. 2221 E. Lamar Boulevard, Suite 790 Arlington, Texas 76006 Attention: Mr. Matthew Zamaripa Re: Pavement Recommendations Trails of Elizabeth Creek — Phase 10 Off State Highway 114 Ponder, Texas ALPHA Report No. W222550-A 5058 Brush Creek Road Tel: 817.496.5600 Fort Worth, Texas 76119 Fax: 817.496.5608 www.alphatesting.com Submitted herein are the recommended pavement sections for new streets within the proposed residential subdivision (Trails of Elizabeth Creek — Phase 10). The proposed subdivision is generally located on a tract of land located about 900 ft west of Charing Cross Drive and south of SH 114 in Denton County, Texas. This study was authorized by Mr. Stephen Brim using the Texas Independent Contract Agreement for Professional Services on August 23, 2022 and performed in accordance with ALPHA Proposal No. 92820 dated August 16, 2022. This report is an extension of ALPHA Report No. W222550 dated November 17, 2022 containing geotechnical information for residential foundations. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as "Residential - Urban", "Collector" or "Arterial", as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for the Forestar (USA) Real Estate Group, Inc. - Arlington (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. ALHA Report No. W222550-A The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed 6 T/2 10 on lime stabilized subgrade soil 28-day Concrete Compressive 3,600 3,600 3,600 Strength (psi) Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 30 36 36 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 20 test borings. Ten (10) test borings were drilled to a depth of about 20 ft and 10 test borings were drilled to a depth of about 15 ft. The test borings were performed in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Subsurface types encountered during the field exploration are presented on Log of Boring sheets (boring logs) attached to this report. These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: PJ ALHA Report No. W222550-A #X • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • Lime Series (Plasticity Index vs. Lime Content) • Sulfate Content (TX-145-E Part II) GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternating layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to high shrink -swell potential. Subsurface conditions encountered in the borings generally consisted of clay and/or shaly clay to depths of about 3 ft to 13'/2 ft underlain by weathered limestone and/or limestone extending to the 15 ft or 20 ft termination depths of the borings. A layer of weathered limestone and limestone about 3 ft thick was encountered between the clay and shaly clay layers in Boring 1 at a depth of about 5 ft below the ground surface. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater in natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock (limestone), particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. ENGINEERING ANALYSIS AND RECOMMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications, but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. ALHA Report No. W222550-A Pavement Subgrade Preparation Based on review of the borings, it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. In addition, the pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively, and mixed with a minimum 30 and 36 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. The application rate for Residential Urban streets is the minimum required by the City of Fort Worth. The application rate for Collector/Arterial streets is based on a 6 percent based on a dry unit soil weight of 100 pcf for the pavement subgrade. The results of lime series tests performed on representative clay samples are attached (Figure 2). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at/or below 15. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on -site lime stabilized clay cuttings, on -site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades could experience soil -related potential seasonal movements of up to 8 inches as discussed in the referenced foundation report (ALPHA Report No. W222550). California Bearing Ratio (CBR) tests were not performed for this specific project. However, based on our experience in the area and similar conditions, the CBR value for the natural clay soil is estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. 4 ALHA Report No. W222550-A • Compressive strength of concrete 3,600 psi at 28 days • Modulus of Elasticity 4,000,000 psi • Modulus of Rupture 620 psi • Modulus of Subgrade Reaction* 280 pci • Load Transfer Co -efficient 3.0 • Drainage Coefficient 1.0 • Initial PSI 4.5 • Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) • Standard Deviation 0.39 • Reliability 85 percent #X *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 71/2-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 4.5 ± 1.5 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw -cutting 5 ALHA Report No. W222550-A #NL in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Final grades within 5 ft of the pavement should be adjusted to slope away from the pavement at a minimum slope of 2 percent or a suitable storm sewer should be in place to remove surface water. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of four (4) samples were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) summarized in Table B. TABLE B: Soluble Sulfates Sample Boring Depth, Material Type Soluble Sulfate, No. No. ft m /K m g g Epp ) 1 1 2-4 Dark Brown Clay 61 2 7 0-2 Dark Brown Clay with calcareous nodules 54 3 13 2-4 Dark Brown Clay with limestone fragments 56 4 20 0-2 Dark Brown Clay 43 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed during construction. During construction experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 6 ALHA Report No. W222550-A Site Preparation and Grading Limestone was encountered within 4 ft of the ground in Borings 8, 9, 12, 17 and 19. Limestone could be encountered during general grading and excavations. This limestone could be hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove this limestone. Crushing equipment could be required if it is desired to use excavated limestone as fill. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof -roll should be removed and replaced with well -compacted material as outlined in the Fill Compaction section. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section below. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended below, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. ALHA Report No. W222550-A #X Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed above in the "Pavement Subgrade Preparation" section. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 98 percent of standard Proctor maximum dry density (ASTM D 698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined above. 8 ALHA Report No. W222550-A #X Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Groundwater was not encountered in the borings. However, from our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made to establish final grades, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas, subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other de -watering devices should be carefully addressed during construction. Our office could be contacted to visually observe the final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. 9 ALHA Report No. W222550-A #X ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 10 ALHA Report No. W222550-A CLOSING All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, LLC Karina Cohuo Geotechnical Project Manager KC/GSF/ws Copies: (1-PDF) Client s ��P�E OF TF`4N�, GREGORY S. FAGAN ' 116518 � EN .91 December 19, 2022 Gregory S. Fagan, P.E. Senior Geotechnical Engineer Attachments: Boring Location Plan — Figure 1 Mechanical Lime Series — Figure 2 WinPAS Analysis Results Log of Borings Key to Soil Symbols and Classifications 11 i B-1 F � B-2A 00 1 r 32 313' P PELENE EAS E I � l 20' PiPEU NE MEMEN I'LA 45' PIPELINE• & RON) EASEMENt 20'R,�IE w B B-4 � L B-5F7_ c i B-6 B-7 r PAVEMENT RECOMMENDATIONS 'k T E T I N G APPROXIMATE BORING LOCATION TRAILS OF ELIZABETH - PHASE 10 OFF STATE HIGHWAY114 WHERE IT ALL BEGINS PONDER, TEXAS ALPHA PROJECT NO. W222550-A FIGURE 1 BORING LOCATION PLAN ALPHA/TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W222550 I Date: 11/09/22 % Lime 0% 4% 6% 8% 10% PI 40 14 9 6 5 70 65 60 55 50 45 40 it 35 \ 30 25 \�\ 20 ` \ 15 10 \ 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2 Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing, LLC Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 5.91 inches Load Transfer, J Design ESALs 930,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.00 Thursday, April 23, 2015 1:12:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing, LLC Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 7.52 inches Load Transfer, J Design ESALs 3,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.25 Thursday, April 23, 2015 1:11:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing, LLC Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 9.87 inches Load Transfer, J Design ESALs 13,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.50 Thursday, April 23, 2015 1:09:59PM Engineer: ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/27/2022 End Date: 9/27/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Light Brown CLAY with limestone fragments 5 , Tan WEATHERED LIMESTONE Tan LIMESTONE Tan SHALY CLAY 10 j Tan LIMESTONE with clay seams 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a) t _ x E E o 2 N� 00 0o 0E tea) N m� w � C o J o J � y 0 a ow oZ a° o .S c a� 0— U 5 in .5 3 �a a- Z a 4.5+ 14 4.5+ 19 60 22 38 2.0 4.0 4.5+ 11 5.0 65 8 7.0 8.0 4.5+ 9 48 17 31 13.5 175 16 0.75" 100/ 11 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Project: Trails of Elizabeth Creek - Creek 10 Surface Elevation: Start Date: 9/27/2022 End Date: 9/27/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS m -o•E 2 E - a> t _ x 0 SZOn Rods (ft): NONE T �� N U� �� j E C c ZAfter Drilling (f): DRY �o 3 0 o oo 5 7(f) a o c , v - a 3 cn o o MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules — 4.5+ 13 — 4.5+ 13 _ 4.0 Light Brown CLAY with calcareous deposits — 5 4.5+ 13 52 17 35 4.8 — 4.5+ 13 _ 8.0 Tan WEATHERED LIMESTONE 10 , 77 8 , 51 16 15 15.0 TEST BORING TERMINATED AT 15 FT 20 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/27/2022 End Date: 9/27/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Light Brown CLAY with limestone fragments 5 Tan WEATHERED LIMESTONE _10_ Tan LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t o E-ff _ E x N� 3 Y 6L N w o C J J o y �' a > ow �' o oZ f E ao o �' a� .S c 1E a)0— m a� O o U 5 in .5 3 (n 0 x o� o o Z J a m �a a- a 4.5+ 14.8 113 12 4.5+ 18 4.0 5.0 4.5+ 13 36 16 20 79 45 5 14.0 100/ 13 15.0 0.50" 5058 Brush Creek Rd. BORING NO.: 4 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fax: 817-496-5608 PROJECT NO.: W222550 WHERE IT ALL BEGINS www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Project: Trails of Elizabeth Creek - Creek 10 Surface Elevation: Start Date: 9/27/2022 End Date: 9/27/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS m -.S 2 E - a> t _ x 0 NONE SZOn Rods (ft): T �� N U� �� j E E C c ZAfter Drilling (f): DRY �o 3 0 o a o c-fv aoj � 3 cn- o _ o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 9 — 4.5+ 12 65 22 43 _ 4.0 Brown CLAY with calcareous nodules — 5 4.5+ 14 _ 6.0 Tan CLAY with limestone gravel and fragments 4.5+ 14 60 18 42 _ 9.0 Tan WEATHERED LIMESTONE 61 4 10 — 15 — 50/ 5.50" 10 16.5 Tan LIMESTONE with clay seams 100/ , 12 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 5 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/27/2022 End Date: 9/27/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY j Tan CLAY with calcareous nodules 5 Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .SoZa a pw� �a a- Z a 1 4.5+ 13 2.0 4.0 5.0 85 7.0 100/ 0.75" 12.0 100/ 0.50" 20.0 4.5+ 16 57 18 39 1.5 4.5+ 8 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with calcareous nodules 5 Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 4.0 5.0 7.0 Hammer Drop (lbs / in): o.S d E a) t _ x E E o 2 N� >0 No UE a�a) N mo w � C o J o J � y 0 a ow oZ a° o .S c a� 0— U 5 in .5 3 �a a- Z a 4.5+ 14 4.5+ 14 4.5+ 6 37 16 21 2.1 76 100/ 8 3" 100/ 0.75" 17.0 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules 5 Tan WEATHERED LIMESTONE 10 Tan LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a) t _ x E E o 2 N� >0 No UE a�a) N mo w � C o J o J � y 0 a ow oZ a° o .S c a� 0— U 5 in .5 3 �a a- Z a 4.5+ 8 4.5+ 12 63 21 42 9.2 4.0 4.5+ 12 5.0 82 50/ 8 5.50" 12.0 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams _5_ 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E t _ x E E o 2 N� >0 No UE a�a) N mo w � C o J o J � y 0 a ow oZ a° o .S c o 0— U 5 in .5 3 Ha a- Z 4.5+ 14 4.5+ 16 62 22 40 1.3 4.0 100/ 0.75" 100/ 0.50" 11.0 15.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 12.5 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .SoZa a pw� �a a- Z a 1 4.5+ 12.7 109 14 57 21 36 100/ 1.50" 100/ 0.75" 100/ 0.50" 100/ 20.0 , 0.50" 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/28/2022 End Date: 9/28/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules _5 Tan WEATHERED LIMESTONE 10 Tan LIMESTONE with clay seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o N� >a E�N OC Jo� a oW oo .SoZa 3 � o Jax� (n �a a- � Z a 4.5+ 14 4.5+ 14 2.9 4.5+ 8 60 17 43 0.9 5.0 61 50/ 12 4.25" 11.0 .75 13 15.0 L 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with calcareous nodules _5 Tan WEATHERED LIMESTONE 10 Tan LIMESTONE with clay seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .SoZa a pw� �a a- Z a 1 4.5+ 12 4.5+ 15 63 20 43 7.7 4.0 4.5+ 5 5.0 88 12.0 50/ 5 5" till 7 " .75 5 20.0 L 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Forestar (USA) Real Estate Group, Inc Project: Trails of Elizabeth Creek - Cr Start Date: 9/30/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams _5_ _10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Arlinqton Location: Denton County, Texas eek 10 Surface Elevation: 9/30/2022 West: GER North: Hammer Drop (lbs / in): d o o.S E o t _ x o E E o >� pw� oC -JoNCE a o000ZaJ y �a a- Z a 4.5+ 10 4.5+ 14 54 18 36 3.6 4.0 100/ 0.50" 12.5 100/ 1" 100/ 0.50" 100/ 20.0 , 0.50" 12.5 100/ 1" 100/ 0.50" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments _5 Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N�)a OC Jo� oW oo .SoZa a 3 � o Jax� (n �a a- � Z a 4.5+ 14 4.5+ 16 5.0 4.5+ 16 63 21 42 5.5 100/ 3.50" 11.0 100/ 0.75" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan CALCAREOUS CLAY with limestone fragments 5 and seams Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o �' N� > 3 �' o Y E f 6L �' a� N m w o C O J o J y a ow oZ ao o .S c a� 0— U 5 in .5 3 �a a- Z a 1 4.5+ 16 4.5+ 18 55 20 35 4.0 4.5+ 8 31 16 15 5.0 50/ 5.75" 7.0 100/ 1" 12.0 100/ 15.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 15 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan CLAY with limestone seams and fragments _5 Tan LIMESTONE 10 Tan LIMESTONE with clay seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N�)a OC Jo� oW oo .SoZa a 3 � o Jax� (n �a a- � Z a 4.5+ 16 4.5+ 14 62 19 43 5.9 4.0 4.5+ 6 5.0 74 12.0 100/ 8 10.50' 175 9 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/29/2022 End Date: 9/29/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan CLAY with calcareous deposits 5 Tan WEATHERED LIMESTONE with clay seams 10 Tan LIMESTONE with clay seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): o.S d E a)t o E-ff _ E x N� Jo� o a >a oW E�N oo .SoZa OC 3 (n � o a Z Jax� �a a- � a 4.5+ 13 4.5+ 16.3 115 15 4.0 4.5+ 13 51 18 33 8.7 6.0 50/ 5.50" 100/ 5 5.50" 11.0 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/30/2022 End Date: 9/30/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams _5 Gray LIMESTONE with shale seams _10 15_ TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o N� >a E�N OC Jo� a oW oo .SoZa 3 � o Jax� (n �a a- � Z a 100/ 0.75" 9.0 100/ 0.5050" 100/ 15.0 , 0.50" 4.5+ im 4.5+ 8.4 107 16 70 24 46 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/30/2022 End Date: 9/30/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 5 Tan WEATHERED LIMESTONE Tan LIMESTONE with clay seams 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): o.S d E a)t _ x o E-ff E o >� NC 3 Y E 6Lc N�)a OC Jo� oW oo .SoZa a 3 � o Jax� (n �a a- � Z a 6.0 El 50/ 7.0 5 12.0 100/ 0.75" 100/ 0.50" 20.0 L 100/ 100/ 4.5+ 11 4.5+ 19 4.5+ 11 53 17 36 2.9 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Trails of Elizabeth Creek - Creek 10 Surface Elevation: 9/30/2022 End Date: 9/30/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 1 Tan CLAY with limestone gravel — Tan WEATHERED LIMESTONE 5 10 Tna LIMESTONE with clay seams _15 TEST BORING TERMINATED AT 15 FT 20 2.0 4.0 11.0 Hammer Drop (lbs / in): o.S d E a) t _ x E E o N >�a allo)waa Jo2 J�n o °o .SoZa p UoC .y� 3 � o Jax� (n �a a- � Z a 4.5+ 17 4.5+ 9 40 15 25 64 50/ 7 4.50" 100/ 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222550 www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc - Arlington Location: Denton County, Texas Project: Trails of Elizabeth Creek - Creek 10 Surface Elevation: Start Date: 9/30/2022 End Date: 9/30/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS m -o•E 2 E - a> t _ x 0 SZOn Rods (ft): NONE T �� N U� �� j E E C c ZAfter Drilling (f): DRY �o 3 0 o oo 5 7(f) a o c , v - a 3 cn o o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 14 — 4.5+ 15 4.0 _ Tan CLAY with limestone fragments 5 4.5+ 7 39 17 22 3.6 6.0 _ — — Tan WEATHERED LIMESTONE , 60 9.0 _ Tan LIMESTONE with clay seams 100/ 10 — , 4„ 00/ — 15 , 0.75.75" 18.5 Gray LIMESTONE with shale seams L 100/ 20 20.0 0.50" TEST BORING TERMINATED AT 20 FT A L P H A #NtTESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1mm S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Trails of Elizabeth Creek, Phase 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105740 Revised July 1, 2011 FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I erete I Class AJSidewe�, ADA Ramos, Driveways,Curb/Gutter Median Pavement) 19/9/2022 03 30 OU Mirz Ue Ip, American Covcrete Company 30CAF029 3000 psi C.­­for Sidewalk. & ADA Ramps 3-5" Slump; 3-6% Av 1612412124 03 3001 Mi. De, p Big Town Concrete 302050-1 3000 psi Concrete for Cubs and Sidewalks 31" Slump, 3-6%Ab 19/9/2022 03 30 00 M. De I, Bumco Tex.. 30U101AG 3000 psi Co ,c Ie M, for Flatwork 3-5" Slump; 3-696 - 14/12024 03 30 00 Mi. Dls Bumco Texas 3OU500BG 3000gsi Concrete Mu for Sidewalks 3-5" Slump, 3-6% Ai, 19/92022 033000 Mm Design Carder Concrete FWCC502001 3006 psi for Sidewalk., Driveways, Ramps, Cmb &Gutter, Elatwork 3-5" Slump; 3-6 Ai, 19/92022 03 30 00 Mi. Design Carder ConmUe FWCC502021 3500 psi concrete for Sidewalks, Drivewaj'�, Ramps, Cmb &Gutter 3-5" Slump. 3fi%Air 19/92022 03 30 00 M. Design Chisholm Trail Redi Ma C13020AE 3000 psi Concrete for Driveways, Cmb &Gutter 3-5" Slump; 4.5-7.5%Au 19/92022 03 30 0 M& Des' City Conmete Comp?4)' 30HA20R 3000 psi Concxeta Mi, fr Bloc ' Sidewalks, F7stwork, Pads 3-5" Slump, 36%Air 19/92022 033000 0 Ma Degrg�n Cow Town Redi Min 253-W 3000 psi Concrete Mix Sidewa0. ,ADA Ramps, Driveways, Curb &Gutter, Safety End Treatments, Nov-TxDOT RGammg Wall. 3-5" Slump; 3-6% Av 19/92022 03 30 00 Miz DIP, Cow Town Redi Mi. 250 3000 psi ConmUe Mi. f., Sidewalks, Driveways, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 03 30 00 M. Desrgo Cow Town R.MLx 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 3-6% Ai,11/29/2024 03 30 00 Mu DeslP,p Estrada Ready Mi. R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 3-5" Slump, 36%Air 19/9/2022 03 30 00 M. Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, mkts, and Storm Dram S.­3-5" Slump; 3-6 n' %A 19/9/2022 03 30 00 Miz D.0 Holcim - SOR, Inc 1261 3000 psi Concrete Mix f., Sidewalks 3-5" Slump, 36%Air 19/23/2024 03 30 00 M. Design Hokim - SOR, Inc. 5177 3000 Ni Concrete M. for Sidewalks, Curbs and Gutters 3-5" Slump; 36%An 19/9/2022 03 30 00 Mu Desjp Holcim - SOR, Inc. 5409 4000 Ni Concrete Mu for Sidewalks, inlets 3-5" Slump, 36%Air 14n2023 03 30 00 M. Design Liquid Stove C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways 3-5" Slump; 36%Ai, 19/92022 033000 3 30 00 Mi. Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump, 36%Air 19/92022 033000 M. Design Mart. Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 36%Air 14/12023 03 3000 Mi. Des�p Martin Marietta R2136N14 5.00 sacks / 3,000oncrete fr Sidewalks 3-5" Slump. 3-6%Ab 16/12023 03 3000 M. De I, Marts Marietta R2136FL20 3,000 psi Cof _­Ti,iSrdewally; and Ramp. 3-5" Slump; 3-6%Au 16/1/2023 03 30 00 Mac Desp Marlin M.M. R2136N20 3,000 psi Concrete fr Sidewalks and Rampns 3-5" Slump. 3-6%Ab 11122022 03 3000 M. Desrg, Man. Marietta R2141K24 4,000 p.r Covcrete for Ju,aio, Boxes, Sidewahrs and Ramps 3-5" Slump; 3fi%Au 14/7/2023 03 30 00 Mi. Design Marlin Marietta R2136K14 3,000 psi conmae f,, sidewalks and rumps 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Mart. M—uu R2131314 3,000 psi Co—te for Sidewalk, & Ramps 3-5" Sh—p; 3fi%Air 19/92022 03 30 00 Mi. Design Marlin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Mart. Marieta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5%An 110/42023 03 30 00 Mu Des�p NBR Readyy Mi, CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Cud, & Gutter 3-5" Slump, 36%Ate 110/4/2023 03 30 00 Mac Design NBR R,aAy Mix CLS A -NY 5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3-6%At, 17/102023 03 30 00 Mi. Desinq M u 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump, 36%Ate 11/18/2023 03 30 00 M. Design Rapid Redi M. RRM5020A 3000 psi Concrete f Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 3-6%An' 11242023 03 30 00 Mu Des1F Rapid Redi Mi. RRM5525A 3600 psi Concrete for Sidewalks, Approaches, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 -33 30 00 M. Design Redi-Mix IOL11504 6 00 Sacks / 4,000 Ni Concrete Mix for Sidewalks, Curb & Gutter, Sewer Mauhom, Inlets, & Junction Boxes 3-5" Slump; 36%Air 110242024 -D3 30 00 Mu D-01 SRM Concrete 30850 3000 psi Concrete for Sidewalks & ADA Ramps 3-5" Slump, 36%Air 110/24/2024 133 30 00 M. Design SRM Covcrete 30350 3000 Ni Concrete for Sidewalks & ADA Ramps 3-5" Slump; 3-6%Air 110/182024 -D3 30 00 Mu D-0 SRM Concrete 30050 3000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Cud, and Gutter, Driveways, Barrier Ramp 3-5" Slump, 36%Air 33000 19/9/2022033000 M. De.igo Tarrant Covcrete FW5025A 3000 Ni Concrete Mu f., Curb & Gutter, Driveway., Sidewalks, ADA Ramps 3-5" Slump; 36%Air 19/9/2022 -33 30 00 Mi. D.i¢p Taaa¢t Concrete CP5020A 3000 psi Covcrete Mix for Cuff and Gutter 3-5" Slump, 36%Air 110/102022 033000 M. Design Tarrant Concrete TCFW5020A 3000 psi Concrete f., Sidewalks 3-5" Slump; 3-6%A,, 19/9/2022 -33 3000 Mi. De101 Tam.it Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp, Cuff and Gutter 3-5" Slump, 3-6%Ab 19/9/2022 -33 3000 M. D-I, Tim Ready M. 3020AE 3000 psi C.iu=te for Sidewalk. 3-5" Slump; 3-6%Au 19/9/2022 -03 3000 Mi. Me p True Grit Rd i Mix 0250.230 3000 si Concrete Mix for F'latwork, Cmb & Gutter, D i em. Sidewalks, ADA Ramos 31" Slump, 36%Ab 9/92022 sae. 00 D,s6�es, i Mi. 0250.2301 3000 psi Concrete Mix f Cub & Gutter, Driveways, Sidewalks, ADA Rumps 31" Slump, 36%Ab /In� .Y��i, Junction Boxes, casemen/tt ¢. Collars. Lichtoart Foundations) 19/92022 03 30 00 Mae Drsug, America, loncrete Company 40CNF06' 4000 psi Covcrete for Manholes & Ubhty Stu,t 3-5" Slump; 0-3%Au 19/9/2022 03 3000 Mix M p Bumco Texas 40U500BG 4000 psi Concrete Mix fm Storm Drain Structures, Drwewa Screen Walls, Collars 3-5" Slump. 3-6%Ab 19/92022 03 30 00 M. D-I, Cow Tow, Red, M. 255-2 3000 psi Co i=te Mix for Inlets, Thrust Block.g, Co,cree vcas meet 3-5" Slump; 3-6%Au 19/9/2022 03 30 00 Mi. Design Cow Town Redi Mi. 355 3000 psi Concrete Mix fire Liles, Thm,t BI-km, Conmete Encasement 31" Slump, 36%Ab 19/9/2022 03 30 00 M. Design Cow Town Redi M. 255 3500 psi Concrete Mix for Flatwork, I.]..' Th—t Bldg Concrete Encasement 3-5" Slump; 3fi%Au 19/9/2022 03 30 00 Mi. Design Cow Town Redi Mi. 270 5000 psi Conmee Mix fr Cast -in -Place Box Culverts 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Cow Town Redi M. 370 5000 psi Concrete Mix for Cast -.-Place Box Culverts 3-5" Slump; 3-6%Au 19/92022 03 30 00 Mu DIP Cow Town Redi Mi. 353 3000 psi Concrete Mi. for Sidewalks, ADA Ramoqss, Driveways, Curb & Gutter, Safety End Treamre , Nov-T.DOT Retaining Wags 31" Slump, 36%Ate 19/9/2022 033000 Mi: DmIiu Cow Town Redi M. 257 3600 psi Concree mixfor V,11y Gutters, Lightpole Foundations 3-5"Slum; 3-6%At, 19/9/2022 03 30 00 Miz D-01 Cow Town Redi M& 357 3600 psi Conmee Mi. fr Valle Gutters, Lightpole Foundations 3-5" slum, 36%Air 19/9/2022 03 30 00 M. Design H.1a. SOR, lac. 1701 4000 psi Concrete Mix for Stprm�min Swcmres, Sanitary Sewer Manholes, Junction Box 3-5" Slump; 3-6%An' 19/9/2022 033000 Mix D-01 Holcim-SOR , Ina 1551 3000psi Co uu, M&fr Blockvl$ 3-5"Slump, 3-%Air 3 30 00 19/92022 033000 M. Design Holcmi - SOR, lac. 5409 4000 psi Concrete Mix for Sidewalks, Inlets 3-5" Slump; 3-6%An' 14272023 03300 0 Mu DeslP,p Liquid Smne C361DNFA 3,600 psi Concrete for Retaining wall, drivewa ,junction box apron, approach 3-5" Slump, 36%Air 3 30 00 I9/92022 033000 M. Design Mart. Marietta R2141230 4,000 psi Concrete for Manholes, Inlets & He.Aw.M, Valve Pads 3-5" Slump; 36%Av 3 30 00 18/42023 033000 Mu D-01 Marlin Marietta R2141R24 5.53 Sacks / 4,000 psi Covcrete for Junction Box, Box Culvert, Sidewalks and Ramos. 3-5" Slump, 36%Air 1112M023 033000 M. Design Mart. Marietta R2146R33 60l Sacks/4,000psi Concrete Mix for CIPSewer Manholes 3-5" Slump; 36%Air 111202023 033000 Mi. Desi¢p Martin Marietta R2146K33 6.01 Sacks/4,000 psi Covcrete Mu for CIP Sewer Manholes. 3-5"Slum; 36%Air 19/9/2022 03 30 00 M. Design Mart. Marietta R2142233 3,600 psi Concrete for Manholes, inlets & Headwalls 3-5" Slump; 4.5-7.5%An 19/92022 03 3000 Mi. Desk Marlin Marietta R2136224 3,600 psi Concrete f Curb lulets 31" Slump, 3-6%Ab 19/9/2022 03 3000 M. De I, Martin Marietta R2141233 3,600 psi Covcrete for Storm Structure., inlet., Blmk.g & E,caseme,t 3-5" Slump; 3-6%Au 19/9/2022 03 30 00 Mi. Des�9p Marlin Marietta R2146038 4,500 Ri Concrete fin inlets, Stmm Dmin Stm ,s 31" Slump, 3-6%Ab 110242024 03 3000 M. Desrg, Mart. Marietta R2146K34 4000 psi Co,crete fr inlets, M.iholes, Headwalls, Thmst Blocks, Cullum 3-5" Slump; 3-6%Au 19/122023 033000 Mi. Design NBRR7a Mix CISPI-YY 6.00 Sacks/4,000��{{ggii Co u,te fr C.11m, Manholes, Box Culverts 31" Slum, 36%Air 19/92022 03 30 00 M. Design NBR Ready Mix TX C-YY 3000 psi Concrete Rxix for Curb lulets 3-5" Slum; 3fi%Air 19/92022 03 30 00 Mix Desigu NB Read Mix TX C-NY 3000 psi Conmee Mix f., Cud, lnlels 31" Slump, 36%Air 11/182023 03 30 00 Mu, Desreo Rapid Redi . RRM5320A 3000 psi Concrete fin Blacking 3-5" Slump; 3-6%At, 11/182023 03 3000 M. Design Rapid Redi M,c RRM6020ASS 4000 psi Concrete f., Strom Dim Structures 3-5" Slump; 3-6%Au FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Concrete (Continued) I10/24/2024 03 30 00 Mu Des�P1, SRM Concrete 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump. 3-6% Ai, 110/24/2024 03 3000 Ma Des eo SRM Concrete 40U'l 4000 psi Comae for Inlets, Manholes, Headwalls, Thmat Blocks, Collars 3-5" Slump; 3-6%Au I9/l6/2024 03 30 00 Mu D:,p SRM Concrele �403'0 35050 3500 psi Concrete for Tluuat Blocks and Collars 3-5" Slump. 3-6% A'v I9/9/2022 03 30 00 es,gn TarrantCncrete FW5320A 3000 psi Concrete Mix for Blockg 3-5"Slump; 36% Aa 10/]0/2022 03Ma JM.D Des fnewaDa,Culverts,Dr�led par Concrete for Manholes 3-5" Slump; 3fi%A , waDs, N�` Sha ocreteTCFW6025A24000 Willed I Drilled Shafts :919/2022 03 00 Ma Design Bumco Texas 36U500BG 3600 os, Concrete Ma for L¢him¢ and Traffic Sins] Foundations (Dulled Shafts) 5.5-7.5" Slump; 3-6% Av I6/21/2023 03 30 00 Mu Des�P1, Cow Town Redi Mu 360-DS 3600 osi Concrete for Dnff d ShaNLiehtine and Traffic Si ao,l Foundation (Drilled Sh:fb 5.5-7.5" Slump. 3-6% At I10/30/2024 03 30 00 Ma Design Estrada Ready Ma R36575AEWR 3600 osr Concrete for Dolled ShaR/Luthtm¢ and Traffic S,¢ne1 Foundation!Drilled Shafts) 5.5-7.5" Slump; 3-6%An I12/52022 03 30 00 Mu Des0 Hold. - SOR Inc 1822 3600 vsi Concrete for (Dr lW Shafb)/Liehtine and Traffic Sianal Foundations 5.5-7.5" Slump.0-3%Ate I9/92022 03 3000 Ma Design Holcun - SDR, Inc 1859 4000 osr Concrete for fDrRled Shaftsld.i¢hhn¢snd Traffic Si¢nal Foundehons 5.5-7.5" Slump; 3-6% An I4n/2023 03 300 Mu Des�P1, L�:d Stone C361DHR 3.600 osi Concrete for (DrM,d Shuft)/Liehtine and Traffic Slenal Foundations 5.5-7.5" Slump. 3-6% Ai, I6272023 03 3000 Ma Design Manm Manate U2146N41 6.44sacks / 3.600 osi Concrete for (Drilled Shafts) / Lr¢htm¢ and Tmffc S,¢ne1 Foundehons 5-7" Slump; 3-6% Av 16272023 03 300 Mu Des�P1, Martin Marietta U2146K45 6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehting and Trefic Signal Foundations 5-7" Slump. 3-6%Ate I8222024 03 30 00 Ma Design NBR Ready Ma 135K2524 3500 osi Concrete for !Drilled Shaft) Li¢htoole Foundehons 5.5" Slump; 3-6% Av I8222024 0``3 30 00 Ma De'a n NBR Ready Ma 135K0524 3500 vsi Concrete for (DrMW Shaft) Liehtvole Foundations 5.5" Slump; 3-6%An I Vther Applications I9/9/2022 03 30 00 Mi Design Ca der Concrete FWCC602001 4000 psi Concrete fr Storm Dmin Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive AWm hes 3-5" Slump. 3-6%Ate I9/9/2022 03 3000 Ma Design City Conaete Company 40LA2011 4000 par Comae Ma for Stoma Dram Structures 3-5" Slump; 3-6%Au I9/9/2022 03 300 Mu Des�P1, Cow Town Redi Mu 260-2 3600 osi Concrete Mu for Box Culverts, Headwalls 3-5" Slump, 3-6% Av I9/92022 03 3000 Ma Design Cow Town Rah Ma 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 3-5" Slump; 3-6% Au I9/9/2022 03 30 00 Mi. Design Cow Town Redi M& 260-1 3600 g/si Concrete Mix for Headwalls 3-5" Slump. 3fi% Air I1292024 03 30 00 Ma Design Estrada Ready Mix R3655AEWR 550 Sacks / 3,600 psi Comae for HeAwAs, Wmgwalls, and Culverts 3-5" Slump; 3-6%Air I9/92022 03 30 00 Mu Desiga GCH Concrele Services GCH4000 4000 psi Concmte for for Sidewalks, Ramps, Headwalls, hdels, and Storm Draw Swctures 3-5" Slump. 3-6% At, I9/92022 03 30 00 Ma Design Hold. - SOP_ Inc. 1851 4500 psi Concise fm Stoon Dram Structures, Hand Placed Pavmg 3-5" Slump; 3-6%Ate I4/12023 03 30 00 Mu D-01 Mann, Marietta 3 JOLBP 3,600 nQ�i Concrele for Reta�' -'9y Walls 3-5" Slump, 4-7%At, I8/30/2023 03 30 00 Ma Desrgo Martm Manata R2141R30 5 85 SK/ 4,000 psi Concrete im Box Culverts & Headwalls 3-5 , SlumP; 3-6% Ah I9/92022 03 30 00 Mu D-01 Mann, Marietta R2146035 4,000 psi Concrete for Manholes, inlets &Headwalls, Valve Pads 3-5" Slump, 3fi% Air I9/9/2022 03 30 00 Ma Design SRM Covmi, 40050 4,000 psi Covaete for Headwalla, Raammg Wall, Collars 3-5" Slump; 3fi%Air I9/92022 03 30 00 Mh' Desp SRM Concrete 35022 3,600 pai Concrete for ]unction Box, Rdan,n,g Walls 3-5" Slump, 3fi%Ate I4/12024 03 30 00 Ma Design SRM Concrete 45050 4500 psi Concrete for Storm Structures 3-5" Slump; 36%Air I9/92022 033.000 00 Mi,Des�"P Tarrant Concrete FW6020A2 4000 psi Concrete Mu for Sturm Draw Structures 3-5" Slump, 36%Air I lass P (Mae... Placed Pavin¢) 1624/2024 3213 13 Mix Desp B? Town Concrete 360060-1 3600 psi Concrde fr Machine Placed Pavl9P L 3" Slump. 3-6%Ate I6242024 32 Ma Dedgv Big Town Concrete 362060-1 3600 psi Conaae for Mach —Placed Pavmg t-3"Slump; 3-6%Au I9/9/2022 32 13 l3 Mi. Desp Carder C.—de FWCC552091 3600 psi for Machine Placed Paving l-3" Slamp. 3-6%Ate I9/92022 3213 13 Ma Design Carder Comae FWCC602091 4000 psi for Machme Placed Pavmg 1-3" Slump; 3-6% Aa I9/9/2022 32 13 13 Mix Desigp Ciry Comae Comp?nv 36LA2011 3600 pin Concrete Mix for Machine Placed Paving L-3" Slump. 36% Air I9/92022 33 13 l3 Ma Design Cow Town Redi Min 257-M 3600 psi Conaae Mix for Machme Placed Paving 1-3" Slump; 3-6 Air 111/142022 3213 L3 Mix Desi¢a Cow Town Rath Mix 357-M 36001si Concrete Mi !.,Machine Placed Paving 13 "Slump. 36%Air I9/92022 3213 l3 Ma Design Cow Town Rati Ma 260-M 4000 psi Cncrae Mix for Machme Placed Paving 1-3" Slump; 3-6 At, I9/92022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000P�i Concrete Mix fin Machine Placed Pavii'44�� L 3" Slump, 3-6 Air I2/62024 321313 Ma Design Estrada Ready Mix TD3655AEWR 5505acks/ 3,600 psi Cortese li Machine Placed Pavmg 1-3"Slump; 3-6%Av I8/4/2023 321313 Mix Des�p Mann, Marietta Q214IR27 5.69 sacks/4,000 psi Concrete for Machine Placed Paving 13"Stamp, 36%A'v I11/2/2022 32 13 13 Ma Design Mertm Maoata Q214IK30 4,000 psi Concrete for Machme Placed Paving 1-3" Slump; 36o AQ I10/42023 321313 M&Des�p NB R Ready Mix TXCSP-YY 5.50 Sacks/3,600 psi Concrele for Machine Placed Paving 13"Slump, 36%Ate I10/4/2023 32 13 13 Ma Dong i NBR Ready Mix TX C SF -NY 5 50 Sacks / 3,600 psi Concrete for Machme Placed Pavmg 1-3" Slump; 36% Air I10242024 321313 Mix Desi1 SRM Concrete 40068 4000 psi Concrete for Machine Placed Paving 1-3"Slump, 36%Air I10/24/2024 321313 Ma Desopi SRM Cpnmt, 40825 4000NiConcretefn Machine Placed Pav mg 1-3" Stamp;36%Ah 19/162024 321313 Mu Des�p SRM Concie[e 40@5 4000 psi Concrete for Machine Placed Paving 1-3"Slump, 36%Air I l0/182024 32 13 13 Ma Dea,go SRM Coi aete 35023 3600 psi Concrete for Machme Placed Pavmg 1-3" Slump; 36% Air I9/92022 32 13 13 Mu Design Tarrant Concrete FW5520AW 3600 psi Concrete for Machine Placed Paving 1-3" Slump, 36%Ate I9/92022 32 13 13 Ma Design Tme Got Rah Ma 0255.2301 3600 psi Comae Ma for Machme Placed Paving l-3" Slump; 3 5-6 5 % Av I9/9/2022 13 13 Ma Deai Tme Got Red, Ma 0260.2302 4000 psi Conaae Ma for Machme Placed P-on, l-3" Slump; 3 5-6 5% Au 9 I Class R (Ham I Placed � ¢) I9/9/2022 3213 13 Mix Dew American Concrete Company 45CAF076 4500 psi C.—de for Hand Placed Paving 3-5" Slani" 3-'%Ate I52/2023 32 13 13 Ma Dedgv Big D Concrete CM14520AE 4500 psi Comae for Hand Placed Pavmg 3-5" Slump; 3-6%Au I9/9/2022 32 13 l3 Mu Desp B? Town Concrele 452065-1 4500 osi hand placed ,in 31" Slamp, 3-6%Ate I9/92022 32 13 l3 Ma Des,gn Big Town Concrete 450065-1 4500 pai hand placed pavaig 3-5" Slump; 3-6% Aa I9/9/2022 32 13 l3 Mix Desigp Bumco Tenors 45U500BG 4500 psi Concrete Mix fr Hand Placed Paving, Sturm Suneones 3-5" Slumo, 36%Air I9/92022 32 13 13 Ma Des n, Corder Comae FWCC602021 4500 psi concrete for Hand Placed Paving 3-5" Slump; 3-6%Air I9/92022 32 13 L3 Mix Design City Concrete Coi�i�ppany 4SNA206 4500 psi Concrete Mu fr Hand Placed Paving 3-S" Slump. 36% At, I9/92022 3213 l3 Ma Design Cow Town Rali Ma 265 4500 psi Cnaae Mix fr Hand Placed Paving 3-5" Slump; 36%Ate I9/92022 321313 Mix D-01 Cow Town Redi Mix 365 4500 i Concrete Mu fr Hand Placed Pavi'4� 3-5"SI—P,36%Air I.19/2024 321313 Ma Desreo Estrada Ready Mix R4560AEWR/ 600 Sacks/4,500 psi Conc fi Hand Placed Pavmg 3-5"SIumP;46%Ah I9/9/2022 32 13 13 Mix DIPp GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving 3-5" Slump, 36% Air I10/4/2024 321313 Ma Deni;a Holemn SOR, Inc. 5507 4500 psi Concise Hand Paced Paving 3-5"Slump; 36%An' I9/92022 32 13 13 Mh' Des Hold. - SOR, Me. 1851 4500 psi Conaae for Stom, Dian, Structures, Hand Placed Pavia 3-5" Slump, 36% A'v I1122022 32 13 13 Mi. Design Mann, Marietta R2146N35 6.11 sacks /4,500 psi arncrete fin, Hand Pl wPaving, hdds, Mlles, Headwalls 3-5" Slump, 36%Air FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Coserete(Con'inued) 18/4/2023 32 13 13 Mac -es , Marlin Marietta R2146R36 6.17 / 4,500 psi Concrete fr Hand Placed Pavmg 31" Slamp, 3-6%Air I 1 l/22022 32 13 13 Mu Desigv Mart, Maneita R2146N36 4,500 psi Concmte for Head Placed Pavmg 3-5" Slump; 3-6% Au 11l/2/2022 32 13 l3 Mac Dee' Marlin Male, R2146K36 4,500 Concreta fr Hand Placed Pav' a Placed 3-5" Slump. 3-6% Av 15222023 321313 Ma Design Mari, Marietta R2146K37 6.22 sack/4,500 pa Concrete for Head Pavmg 3-5"Slump; 3-6%Au 112/22/2023 32 13 l3 Mi. Deaigp Marlin Marie, R2146R44 6.60 Sachs / 4,500 psi Concrete Mix fr Hand Placed Paving 3-5" Slam,. 36% Air 112/22/2023 32 13 l3 Ma Deaga Mahn Marlette R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Pavmg 3-5" Slump; 36% Air 111/152022 32 13 l3 M. DesiPA Marlin Marie, R2146136 4,500 ,ei Covcrete fr Hand Placed Paving 3-S" Slump. 36%Air I11/1 S/2022 321313 Ma Deagn Mat, Maneta R2146K36 4,500 psi C..—te for Hand Placed Pavivg 3-5"Slump;3fi%A, 19/92022 32 13 13 Mu Desl�p Marlin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 3-5" Slamp, 4.5-7.5%Air 19/9/2022 3213 L3 Ma Desgn Mat, Marietta R2146236 4,500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% An 19/9/2022 32 13 13 Mu Des1P,p Marlin Marietta R2146036 4,500 psi Concrete for Hand Placed Paviaa, Wets 3-5" Slump, 36%Air 19/9/2022 32 13 13 Ma Destgo Mat, Maneta R2146242 4,500 psi Covcrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mu Des1P,p Marlin Marietta R2146042 4,500 psi Concrete for Hand Placed Pavio\ 3-5" Slump, 36% Air 110/4/2023 32 13 13 Mu Des,ga NBR Ready Mu CLS P2-YY 6 50 Sacks / 4,500 Ni Concrete for Hevd led Pavmg 3-5" Slump; 3fi% Ah 110/42023 321313 M&Deem NBR Ready Mix CLS P2-NY 6.50 Sacks/4,500 psi Coacrte for Hand Placed Paving 3-5"Slump, 36%Air 17/10/2023 32 13 13 Mu Design Osbum 45A60MR 6SK/4,500 psi Concrete for Hand Placed Paving 3-5"Slump; 3fi%Air 11/24/2023 321313 Mu Desi�p Rapid Redi Mu RRM6320ARP 4500pei Coacretefa Hand Placed Paving 3-5"Slump, 36%Air 11/13/2023 321313 Ma Desigo SRM Covcrete 45023 4500 psi Concrete for Hevd Placed Pavmg 3-5"Stump; 3fi%Air 19/92022 32 13 13 Mu Design SRM Concrete 45000 4500 psi Concrete for Hand Placed Paving 3-5" SI.— 36%Au I10242024 32 13 l3 Mu Desigv SRM Covcrete 45350 4500 psi Cmrree for Hand Placed Pavmg 3-5" Slump; 3-6%Au 110/24/2024 32 13 l3 Mi. Delp SRM Concrete 45850 4500 psi Concrete for Hand Placed Paving 3-5" Slamp, 3-6%Air 110/182024 321313 Ma Desigv SRM Covcrete 45050 4500 psi Covcrete for Hand Placed Pavmg 3-5"Slump; 3-6%Av 19/9/2022 32 13 l3 Mi. Design Ta,aat Concrete FW6020AHP 4500 psi Concrete Mix fr Hand Placed Paving 3-5" Slamp. 3-6 Av 19N2022 32 13 l3 Ma M iga Tartavt Covcrete FW60AHP 4500 pa Cmade Ma for Head Placed Pavivg 3-5" Slump; 3fi%Au 19/92022 32 13 l3 Mi. Design Tavant Concrete TCFW6020AHP 4500 psi Concrete Mix fr Hand Placed Paviaa 3-S" Shav,, 3-%Air 19/92022 3213 L3 Ma Deagn Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Aa 19/92022 32 13 l3 Mie Design True Grit Redi Mie 0260.2301 4500 psi Concrete Mu fr Hand Placed Paving 3-S" Slum,.36% Air 19110. 3213 13 Ma Deagn T1ue Grit Red1 Ma 0265 2301 4500 psi Concrete Mix fr Valley Gutters, Head Placed Paving 3-5" Slump; 3.5-6 5%At, 19/92022 321313 Mix Des True Grit Redi Mix 270.230 5000 psi Concrete for Head Placed Paving 3-5"Slump, 36%Air 110/92024 32 13 13 M. Destgp Wildcatter 4520AI 4500 psi Concrete for Head Placed Paving 3-5" Slam,, 36%Air 1 h". HES (� 77h Earl, Stre th Psvina) 19/92022 3213 13 U. Design Big D Concrete 14500AE 4500 psi Concrete f,, High Early Strength Pavmg 3-5" Slump; 3-6% Au 19/9/2022 32 13 13 Mu Des , Bumco Texas 55U120AG 4000 psi Concrete Mix for High Earl, Strength Paving 3-5" Slamp. 3-6%Air 19/92022 3213 13 M. Desigv Cow Towv Redi Ma 370-INC 4500 psi Covcrete for HES Pavmg 3-5" Slump; 3-696 An 19/92022 32 13 l3 Mu Desigp Cow Tower Rath Mu 375-NC 5000 psi Concrete for HES Paviag 3-5" Slamp, 36%Ah 19/92022 3213 13 Ma M iga Cow Town Ro& M. 370-NC 4500 pa C.—de fr HES Pavmg 3-5" Slump; 3fi% Au '1/182023 321313 Mix Desiga Cow Town Redi Mix 380-NC 4500 g�i Conrreefr HESPav�' ° 3-S"Slump.36%Air 11292024 3213 l3 Ma Deagn Estrada Ready Mix 4575AESC 7 50 Sacks / 4,500 psi 13,000 p (a) 3-day) Covcrete fr HE$ Pavmg 3-5" Slump; 3fi% Av 19/92022 321313 Mix D-01 Holcim -SOR Inc. 2125 5000 psi Concrete for HES Paviaa 3-5"Slump. 36%Air 11/24/2023 3213 13 Ma Deaga Liquid Stone C45 tDHR-A 4500psi Covcrete for HES Pavmg 3-5" Slump; 3fi% At, 14/72023 32 13 13 Mix D-01 Madill Marietta R2161K70 6,000 psi (3,000 psi R 24 hrs.) fr HES Paving 3-5" Slam,, 36%Air 12/10/2023 32 13 l3 Ma De aga SRM Covcrete 50310 5,000 psi Covncrete for HES Pavmg 3-5" Slump; 3fi% Air 19/9/2022 32 13 13 Mis Des'gp SRM Covcrete 40326 4,500 (3,000 \' 3-0ayyss) psi Coacrele for HES Paving 3-5" Slump, 36%Air 19/92022 32 13 13 Mu Design TaranI Concrete FW6520AMR 4500 (3000 psi (d, 3daw) psi HES Pavmg 3-5" Slump; 3fi% An 19/92022 32 13 13 Ma Descp� T-1 Covcrete FW7520AMR 4500 (3000 psi (a, 3daw) psi Covcrete HES Pavmg 3-5" Slump; 3fi% "a I glass S (Bridge Top Slabs of Direct Traffic Cutrerts, Approach Slab&) 19/9/2022 32 13 13 Miz Des Cow Towu Redi Mix 260 4000 psi Covcrete Miz fr Bri��Fl/e Slabs, Box Culvete, Headwalls 3-5" Slump. 3-6%Air 19/9/2022 32 13 13 M. Desigv Cow Towv Redi M. 360 4000 psi Covcrete Mu for Br tlge Slabs, Box Culverts, Headwalls 31" Slump; 3-6% Au 19/92022 32 13 l3 Mu Des , Cow Town Redi Mu 365-STX 4000 psi Concrete for Bridge slabs, t,� slabs ofdiml traffic culverts, apt ach slabs-TXDOT Class S-No Fly Ash 3-5" Slamp. 3-6%Air 11292024 321313 Moe Desiga Estrada Ready Mix R4060AEWR 6.00 Sacks/4,000 pa C.—de fr Bridge Slabs, Top Slabs, and App� cli Slabs 4-6 Slump; 3fi%Au 15/3/2023 32 13 l3 Mil Della Malin Marietta M7842344 4,000 Concrete fr Bddge Deck 3-5" Slam,. 4.5-7.5%Air 14/12023 3213 l3 Ma Deaga Mahn Maneta R2146P33 6.01 s>u'ks / 4,000 psi Covcrete for Bridge Deck 3-5" Shrmp; 3fi% Air 14/152024 32 13 l3 Mu Desiga NBR Readyy Mix TX S-NY S.SO Sacks / 4000yysi Concrete Mix for Class S Slab Paviaa -No Fly Ash 3-S" Slum,. 36% Air 14/152024 32 13 l3 Mvc Deagn NBR Ready Mix TX S-yy 4.50 Sacks / 4000axi Concrete Mix for Class S Slab Pavmg 3-5" Slump; 3fi% At, 15/52023 3213 13 Ma Desig�n SRM Covcrete D100008553CB 4,000 psi Concrete for Bdiidge Approach Slab, Deck Slab 3-5" Slump; 3fi%Air I ipn—is Ba&etrweh Re pair 14/1Air 2022 03 34 16 Mix Dcs IH�co osr Con"w 577" 19/92023 \1_1416 Mi, D,,IN„hr Texas 08Y450BA 800 Ma fo Ht a fr eah Rape? Sllump. 3 61%A%ir I oatro]led Low Sireaat Material 19/9/2022 03 34 13 Mac Design B— OIY690BF 100 psi Concrete Moe for Flowabk Fill Flowable; 8 5-11.5%Air 19/9/2022 03 Mac Desp Carder Coaarete FWCC359101 50-150pal Flowable PW-CLSM 3-5"Slam(, 8-12%Air 19/9/2022 0334 L3 Ma Desigv Ceder Covcrete FWFF237501 So- 150ps,Flowable Fdl-CLSM Flowable;15-11.5%Air 19/9/2022 0334 L3 Mix Des'pp City Concrete Comp,a4y 11-350-FF 50-150p Coaorete Cor Flowable PiO-CLSM Plowable, 8-12%Air 19/92022 11 34 l3 Ma Desiga Cow Town Red, Mhe M.#9 70 pa Rlo able Pdl-CLSM 7-9"Slamp; 8-11%Air 110/42023 0334 13 Mi. Design NBR Ready Mix FTW FLOW FILL 150nsi concrete Cor —able 7-10"Stu 8-12%Air 19/9/2022 03 34 13 Mi.Des— Tairea[Concrete FWFF150CLSM 50- 0 psi Flowable Fill -CLSM £Towable, 2%Ah 14/l/2023 31 37 00 Mbe Des,gn Rt 41030 4,000 psi Concrete for R,pmp 3-5" 51— ; 3-6%Au 1313700 14/l/2023 31 37 00 Moe D.- (Martin Mane to R2146033 4.000 psi Concrete for R.- 3-5" Slump; 3-6%Au 1 A�Ihall Pavia? 19/92022 3112 16 M ve Design Aust, Asphalt FTSB117965 FT5BI17965 PG64-22 Type B F,e Base 19/9/2022 32 12 16 Mu Des , Austin Asphalt FT B139965 FFHH 39965 PG64-22 TyYVIk Fine Hase 19/92024 321216 Ma Desigv Aust, Asphalt FT]B1172 FP1B117.2PG64-22TypeB F,e Be. 15/12024 32 12 l6 Mix Desiap Reynolds As1{halt 340-DG-B P 340-DG-B PG64-22 Ty1� B Base Course 19/92022 3212 l6 Ma Deaga Reyaolds Asphalt 1112B 11012B PG64-22 TypeB A,e Base 19/92022 32 12 16 Mix Desiga Reynolds AA halt 1612B 1612B PG64-22 Tom�,, &&B Pine Base 112/52022 331216 Ma Deaga Suntnount Fav,g 3076BV6422 3076BV6422 P2(; 2i Type B Fine Base 19/92022 32 12 16 Mix Desl�p Samnoant Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 T e H Fine Hase 19/92022 3212 16 Ma Deaga TXBIT 37-211305-20 37-211305-20 PG64-22 Type B e Base 19/9/2022 32 12 16 Mix Des�f, TXHIT 44-211305-17 44-211305-17 PG64-22 Type H Fine Base 19/9/2022 32 12 16 Mi. Desigo TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Pine Base FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 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 2/4/2025 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 lmger) 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 Revision Removed Argos, Ingram, Redi-Mix, Chwley DW (1-29-2025) 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